Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
MODIFICATION

R -- Software Configuration Control Re-Acquisition - Amendment 3

Notice Date
2/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-12-R-8000
 
Archive Date
2/22/2012
 
Point of Contact
Camille Watley, Phone: 719-567-3450
 
E-Mail Address
camille.watley.2@us.af.mil
(camille.watley.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SSS QAs Attachment 3 Rev 1 SSS MR Questions Attachment 2 Rev 1 SSS Draft PWS Attachment 1 Rev 1 This is an amendment to the Sources Sought Synopsis (SSS) originally posted on 8 December 2012. This announcement serves as a Sources Sought Synopsis (SSS) issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 - Market Research. This SSS is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for proposal. DO NOT submit a quote or proposal in response to this synopsis. Respondents to this notice should indicate whether they qualify as a large or small business under NAICS Codes 541330 - Engineering Services (Military and Aerospace Equipment and Military Weapons), and the applicable size standard is $27M. It is this agency's intention to do an unrestricted acquisition unless enough qualified small businesses (SBs) are located with serious intentions to propose on our requirement allowing for a set-aside. The 50th Contracting Squadron (50 CONS) reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic programs (HUBZone small business, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 USC 637(a)), Service Disabled Veteran Owned (SDVO) small business, or Women Owned small business (WOSB) is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the Contracting Officer (CO). In order for 50 CONS to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. The purpose of this notice is to identify companies that are capable and qualified to provide the services required by the Attachment 1 - Revised DRAFT Performance-Based Work Statement (PWS), 1 February 2012. The intent of this requirement is to procure change control services to include configuration control for the Military Strategic and Tactical Relay (MILSTAR)/Advanced Extremely High Frequency (AEHF) satellite systems, Mission Control Segment (MCS), Command and Control System - Consolidated (CCS-C) and their associated subsystems, databases, software versions, interfaces, and interdependencies in configuration control activities to ensure users receive reliable communications 24/7; assist the Virtual Private Network (VPN) Managers, 4 SOPS/MAFN (Network Operations) in troubleshooting user connection problems/anomalies and act as an administrator of VPN user accounts to ensure successful VPN connectivity. The contractor shall be responsible for configuration management of all 4 SOPS facility projects; responsible for supporting the development of mission support projects and tools; and attend 4 SOPS/MA (Maintenance) administrative meetings. All responsible, capable, and interested business concerns serious about potentially submitting a proposal to provide these services are invited to respond with a Statement of Capabilities (SOC) addressing the attached revised PWS (Attachment 1) and revised Market Research Statement of Capabilities Survey (Attachment 2). Responses should also identify any Organizational Conflicts of Interest (OCI) (in accordance with (IAW) Air Force Federal Acquisition Regulation Supplement (AFFARS) 5352.209-9000 - Organizational Conflicts of Interest) and include any additional information the respondent feels is critical to this procurement. The Government requests that responses be limited to a maximum of ten (10) pages. Any information provided by industry to the Government as a result of this SSS is voluntary and the Government does not intend to pay for any information provided under this synopsis. Written responses will not be returned. If you are not interested in supplying this service, no response is necessary. The Government will not be holding one-on-one meetings or telephone conferences with those interested parties who have previously submitted a SOC. All other interested parties are encouraged to participate in one-on-one exchanges to discuss survey responses between the dates of 9-10 February 2012. Please send all meeting requests to Camille Watley at camille.watley.2@us.af.mil. Interested parties who previously submitted a SOC in response to the previous Sources Sought need to reaffirm their interest by sending an e-mail to Camille Watley. A new SOC is not necessary, but you may submit a revised SOC if needed. An Ombudsman (IAW AFFARS 5352.201-9101 - Ombudsman) has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Management Office (PMO) or CO, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman can be reached at Headquarters Air Force Space Command (HQ AFSPC)/A7K, 719-554-5250.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-12-R-8000/listing.html)
 
Place of Performance
Address: 4th Space Operations Squadron (4 SOPS), 300 O’Malley Ave, Ste 53, Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN02666731-W 20120204/120202235308-832a1ed74eaa2bdda63f73aa54ad86d1 (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.