Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOURCES SOUGHT

D -- Comprehensive Cost and Requirements (CCaR) System Support - Sources Sought Response to Questions

Notice Date
6/30/2011
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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-5040
 
Point of Contact
Michael H. Jones, Phone: 9376563594, Wanda L Bronston-Grigsby, Phone: 937-656-3490
 
E-Mail Address
michael.jones@wpafb.af.mil, wanda.grigsby@wpafb.af.mil
(michael.jones@wpafb.af.mil, wanda.grigsby@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CCaR Sources Sought Questions and Answers This is a revised sources sought posting to transmit the most recent Response to Questions, to modify the Primary Point of Contact and to modify the Classification Code for this requirement. 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 services: AFSAC wants to implement CCaR database contractor support to be responsible for programmatic and financial reporting involving the procurement, modification and sustainment of specific weapon system for our foreign military allies and coalition partners. AFSAC is a part of the Air Force Materiel Command (AFMC) and reports it's budgetary and financial status through AFMC channels and processes, as well as directly to SAF/IA and DSCA (Defense Security Cooperation Agency). Listed below is an estimate of AFSAC system users and programs, which may vary as the AFSAC personnel gain an increased understanding of CCaR capabilities. Estimated # of Users: 290 Estimated # of Countries: 91 + 8 NATO Organizations Estimated # of Cases: 2500 Program Value $97,000,000,000 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 541990, 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 services. 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 1700 Local Time, 04 July 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-11-R-5040/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02487346-W 20110702/110630235747-a33316c79ff9984186ee474d91fe2ba7 (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.