Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
SOURCES SOUGHT

R -- Senior Executive Lvl Staff Consultant - Package #1

Notice Date
11/30/2011
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-12-R-1005
 
Archive Date
12/30/2011
 
Point of Contact
Paul A. Schiele, Phone: 2027677981, Trunita A. Plummer, Phone: 202-767-8096
 
E-Mail Address
paul.schiele@afncr.af.mil, Trunita.Plummer@afncr.af.mil
(paul.schiele@afncr.af.mil, Trunita.Plummer@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Peformance Work Statement (Draft) THIS IS NOT A REQUEST FOR PROPOSAL. This notice is issued for informational and planning purposes. The Air Force will not pay for any information submitted or be responsible for any costs incurred by interested parties in responding to this notice. The Air Force is conducting market research in support of Air Force District of Washington, and desires input from industry to assist in requirements planning. The information requested by this notice will be used within the Air Force to facilitate the decision making process and will not be disclosed outside of the agency. Air Force District of Washington seeks to acquire the services of a highly qualified Senior Executive Level Consultant to assist in technical and analytical support for the Headquarters United States Air Force Deputy Chief of Staff, (AF/A3/5) Operations, Plans and Requirements to ensure effective processes, products and overall mission accomplishment. A Draft Performance Work Statement (PWS) is attached which identifies the tasks which will be required under this proposed contract. Procurement will be done using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted. The requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. For purposes of this notice the applicable North American Industry Classification System (NAICS) code is 541611, Administrative Management and General Management Consulting Services. Small business size standard is $7Million. The contract duration is anticipated to be one year from the date of contract award with 2 additional one-year options allowing the total period of performance for the contract to be extended up to three years. Request interested contractors submit a capability package to include the following information: 1. Company information: name, address, telephone number(s), fax number, points of contact. 2. Identification of businesses size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, service disabled veteran-owned small business, veteran-owned small business, woman-owned small business). Small business size standards are published by the U.S. Small Business Administration and may be found at www.sba.gov/content/table-small-business-size-standards. 3. Anticipated teaming arrangements (if applicable). 4. Commercial/industry perspective relating to the functions in the PWS in the following areas: a. Contract terms and conditions. b. Commercial standards, practices, and processes in areas such as metrics/measurements, quality control/assurance, phase-in/phase-out 5. Identify any major risks identified. 6. Comments relating to the draft PWS. 7. Capability and performance information in terms of contract references (similar to this requirement) to include the following: a. Contract number, agency/company supported, contacts information b. Performance as prime or subcontractor c. Brief description of the effort d. Period of performance, total contract value, and contract type e. NAICS code/small business size standard 8. Any other information deemed useful to the Air Force. Any questions must be submitted in writing by 4:00PM Dec 2011. Answers will be posted on or about 12 Dec 2011. Submission Information: Submissions must be clear, concise and submitted by 2:00PM EST 15 December 2011 via e-mail to paul.schiele@us.af.mil. Please limit submissions to 10 pages, size 10 or larger font.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-12-R-1005/listing.html)
 
Place of Performance
Address: USAF, Headquarters, 1480 Air Force Pentagon, District of Columbia, 20330, United States
Zip Code: 20330
 
Record
SN02630916-W 20111202/111130234512-0505a9b1ed86243fc0a3c29fbacd7f8d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.