Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
MODIFICATION

R -- Electronic Technical Orders

Notice Date
6/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8630-11-R-5041
 
Point of Contact
Michael H. Jones, Phone: 9376563594
 
E-Mail Address
michael.jones@wpafb.af.mil
(michael.jones@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis/Request for Information: THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base OH anticipates a competitive acquisition to provide the following service: The contractor will provide support to develop detailed requirements for a distribution solution to deliver approved Electronic Technical Orders to Foreign Military Sales (FMS) Partners via a secure web interface. Requirement will include both written and visual documentation. After a detailed project plan is completed and coordinated, contractor will support the development and implementation to satisfy requirements for FMS Electronic Technical Order (eTO) Distribution Solution and acceptance testing. This support will include being the technical order (TO) expert for the Air Force Security Assistance Center (AFSAC). Prior eTO experience is preferred. Information is being collected from all potential sources at this time. Firms responding should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 541618, size standard of $7,000,000. Please indicate revenue relative to the standard of $7,000,000. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DOD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. Capabilities Package. All interested firms should submit packages that outline their capability to provide the required service. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar projects within the past three (3) years. Interested firms may submit resumes of key personnel. Resume pages will NOT be considered part of the overall page count but firms are encouraged to keep submitted resumes to one page each. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 pages. Submit capabilities packages via e-mail to Michael Jones at Michael.Jones@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 28 June 2011. Modification Note (13 June 2011): Upon further analysis of this acquisition, it has been determined that NAICS code 541618 better describes the requirement. Pursuant to this clarification, the response date has been changed to 28 June 2011 1500 Local Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-11-R-5041/listing.html)
 
Record
SN02471421-W 20110615/110613234726-3026f3b9b008fe6e23e70589f8b410f8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.