Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOURCES SOUGHT

R -- Remotely Piloted Aircraft (RPA) Advisory & Assistance Services Sources Sought Synopsis - Summary of Required Services

Notice Date
1/18/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, AFOTEC/A7K, 8500 Gibson Blvd SE, Kirtland AFB, New Mexico, 87117-5558, United States
 
ZIP Code
87117-5558
 
Solicitation Number
FA7046-AFSC-1201
 
Point of Contact
William G. Davis, Phone: 5058461973, Paulette S.L. Windley, Phone: 5058461955
 
E-Mail Address
william.davis02@kirtland.af.mil, paulette.windley@kirtland.af.mil
(william.davis02@kirtland.af.mil, paulette.windley@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Summary of Required Services for the RPA A&AS Sources Sought Synopsis This is a Request for Information (RFI) and Market Research Survey to locate qualified business concerns for the procurement of the Air Force Safety Center's (AFSC) Remotely Piloted Aircraft (RPA) Advisory and Assistance Services (A&AS) for the AFSC, Flight Safety Division (AFSC/SEF) located at Kirtland AFB, New Mexico. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. FAR 52.215-3: (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. A. REQUIREMENTS DESCRIPTION The Air Force Safety Center's (AFSC) Remote Piloted Aircraft (RPA) Safety Branch is tasked with providing RPA safety policy, global mishap prevention strategies and processes. The program provides Air Force-wide RPA safety strategies, develops RPA safety policy, and conducts RPA mishap investigation analysis and research, and resources safety expertise for key issues including integration into the National Airspace System. This program is necessary to safely integrate RPAs into war fighter operations in response to the Secretary of Defense (SECDEF)-directed establishment of 65 Combat Air Patrols (CAPs); Continental United States (CONUS) humanitarian assistance and homeland security; to include crucial support to Combat Commanders in the mishap investigation and prevention processes. The offeror shall provide a full range A&AS services to AFSC/SEF in efforts to implement AF and AF/SE strategy to provide functional safety capabilities in support of Operation IRAQI FREEDOM (OIF) and Operation ENDURING FREEDOM (OEF) missions; to address Air Force Central Command AFCENT Commander (CC) and Commander of Air Combat Command (COMACC) request to clear RPA investigative backlog, and to facilitate the safe expansion of RPA operations within the National Airspace System, and OIF/OEF AORs. A description of the specific A&AS services are listed in the Summary of Required Services document attached with this synopsis. B. BASIC INFORMATION A services, performance-based type contract with a period of performance of one-year basic effort with two one-year options is anticipated. This effort is anticipated to be less than $5M total. Potential sources are being sought who can provide the requirements established in the Performance Work Statement (PWS), either in-house or through prospective subcontractors. Contract Teaming Arrangements are desirable if they offer the Government the best combination of performance, cost and delivery. The affiliation rule allows a small business set-aside when there is an expectation of two or more competitive offers from small business teams (small business as prime contractor with small and large business subcontractors) when at least 50% of the effort will be performed by the collective efforts of all small business members of the team. Based upon the evaluation of the responses, the Government reserves the right to set-aside this acquisition for a small business program. Foreign-owned firms are advised they will not be allowed to participate at the prime contractor level. C. STATEMENT OF CAPABILITIES INSTRUCTIONS Interested/qualified offerors who can provide the requirements in accordance with Section A above are invited to submit a written Statement of Capability (SOC). The SOC is limited to 7 pages (12 pitch or larger), single-sided, 8.5 by 11 inch pages. The SOCs should also provide the following information: 1) Explicitly provide labor category titles and demonstrate capabilities, subject matter experts and past 5 years experience and expertise to satisfy the requirements listed in the attached Summary of Required Services. Provide the percentage of subcontracting required per core competencies to fulfill these requirements. The description of capabilities and experience must be segregated under labor category titles which correspond directly with the labor categories listed in the Summary of Required Services. 2) Company information should include the following a. Company's name, point of contact, address, email addresses, phone and FAX numbers, and the company's website address (if applicable); b. identification of business size in relation to the North American Industry Classification System (NAICS) Code (i.e., US large or small business); d. CAGE and/or DUNS number codes; and e. state whether or not you intend to propose as a prime contractor or team member. The NAICS Code for this requirement is 541330, Engineering Consulting, Design, and General Services. The size standard for 541330 is $27 million. 3) Any teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 4) Include any other specific and pertinent information as it pertains to this particular area of procurement that would enhance our consideration and evaluation of the information. 5) Submit response no later than 13 Feb 12 by email to: william.davis02@kirtland.af.mil, paulette.windley@kirtland.af.mil, and margaret.howard@kirtland.af.mil. For all questions, contact the Contract Specialist, Mr. Greg Davis, at (505) 846-1973, the Contracting Officer Paulette S.L. Windley, at (505) 846-1955 or the Technical Representative, LtCol Margaret Howard at (505) 846-2658.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/AFOTECRMC/FA7046-AFSC-1201/listing.html)
 
Record
SN02656167-W 20120120/120118234344-b435b033214acd4ea66f41fe9a6e3736 (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.