Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOURCES SOUGHT

R -- HQAMC/A6 Integrated Program Management - Sources Sought Attachments

Notice Date
3/7/2012
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
HQAMCA6_Integrated_Program_Management
 
Point of Contact
Brittany Rohrer, Phone: 618-256-9941, Jennifer L. Gasparich, Phone: 618-256-9978
 
E-Mail Address
brittany.rohrer@us.af.mil, jennifer.gasparich@us.af.mil
(brittany.rohrer@us.af.mil, jennifer.gasparich@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 - Draft NCA Attachment 2 - PWS Task Areas Matrix Attachment 1 - Draft PWS THIS IS NOT A REQUEST FOR PROPOSAL. This notice is issued for informational and planning purposes. Headquarters Air Mobility Command (HQ AMC) is conducting market research to determine qualified, experienced and interested potential sources for an integrated Project/Program Management (PM) single award IDIQ contract vehicle in support of HQ AMC/A6 Directorate of Communications, Office of the Chief Information Officer (CIO) and the programs within the AMC IT Portfolio. HQ AMC 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. The government will not pay for any information submitted or be responsible for any costs incurred by interested parties in responding to this notice. The government is not obligated to provide any feedback or carry on discussions with non-federal government activities regarding the information provided in response to this sources sought notice. Not responding to this sources sought notice does not preclude participation in any future solicitation, if one is issued. 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 currently $7 Million. As of 12 March 2012, many NAICS code size standards will be changing. NAICS code 541611 small business size standard will be $14 Million. Please state what your company small business size status will be under the new standard if affected. The contract duration is anticipated to be one year from the date of contract award with four additional one-year options allowing the total period of performance for the contract to be extended up to five years. The contract is anticipated to have a maximum limit NTE $75 Million for the life of the contract. The estimated start date is October 2013, phase in to begin September 2013. It is anticipated the contract will be a single award IDIQ and task orders will be firm fixed priced. This contract will contain a Non-Compete Agreement (NCA) precluding the awardee from competing for any requirement generated by HQ AMC/A6 Directorate of Communications. During the life of the contract, if the contractor performs work in support of requirements generated by other HQ AMC directorates the NCA shall automatically expand to include those requirements. Please reference the draft NCA (Attachment 3). Work will be performed primarily at Scott AFB, IL. Temporary Duty Travel may be required to CONUS and OCONUS locations. Request interested contractors submit a capability package to include the following information: 1. Company information: name, address, telephone number(s), points of contact, CAGE code, size status in relation to NAICS 541611. 2. Typical Contract Terms and Conditions: Contract type, contract metrics, performance incentives, Contract Line Item Number (CLIN) structure, payment terms and any other information deemed useful. 3. Major Risks: Identify any major performance, schedule, or cost risks anticipated. 4. Attachment 2, has been developed to assist in identifying which portions of the requirement can be performed by small business. ALL interested vendors are asked to utilize Attachment 2 to identify which task areas your company can perform. In addition to identifying which tasks your company can perform, please include supporting documentation to supplement your capability statement. Supporting information shall not reiterate the language of the task descriptions found in the draft performance work statement (PWS) (Attachment 1), but rather shall provide details regarding your company's capabilities to execute these tasks. Detailed description of each task and all applicable subtasks can be found in the draft PWS. 5. Relevant certifications your staff and company possess which demonstrate compliance with the certification requirements specified in this sources sought notice and/or draft PWS. Any questions must be submitted in writing by 4:00PM 21 March 2012. Answers will be posted on or about 9 April 2012. Submission Information: Submissions must be clear, concise and submitted by 6:00AM CST, 2 April 2012 via e-mail to brittany.rohrer@us.af.mil. Please limit submissions to 12 pages, size 10 or larger font.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/HQAMCA6_Integrated_Program_Management/listing.html)
 
Record
SN02691241-W 20120309/120307235631-8c11a1d866edf747a002cf223689b578 (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.