Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOURCES SOUGHT

D -- Reach Back Center - Performance Work Statement

Notice Date
4/11/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
ESS-PKH-RBC
 
Archive Date
5/28/2013
 
Point of Contact
Mark A. Waithe, Phone: 8502836003, Joseph Willard, Phone: 850-283-6983
 
E-Mail Address
mark.waithe@tyndall.af.mil, joseph.willard.1@tyndall.af.mil
(mark.waithe@tyndall.af.mil, joseph.willard.1@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Reach Back Center PWS ESG 772 ESS SOURCES SOUGHT NOTICE 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The United States Air Force (USAF) has a requirement for the Engineering Support Directorate of Headquarters Air Force Civil Engineering Center (HQ AFCEC) herein referred to as Client. Client seeks professional assistance to support current Reach Back Center processes, recommend improvements, and provide expert advice for future requirements commensurate with continuous civil engineering technical improvements, conceptual developments, changing technology and customer information needs. The Government is performing market research primarily in order to determine if there are firms that possess the capability to execute the requirements of this anticipated request for information (RFI). Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of a contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 3. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 541330 is applicable to this acquisition. The small business size standard for this NAICS is $14,000,000. 4. HQ AFCEC is looking for companies who can assist with the organization and operation of a Reach Back Center (RBC) and CE observations, innovations and lessons (CE-OIL) program. The RBC will function as a repository for civil engineering data and will be accessed via telephone and email by various clients. Note. Contractor employees must possess a Secret Security clearance sufficient to access Government computer systems and the AFCEC vault (controlled area). 5. Contractors who can provide the services should submit in writing an affirmative response which includes as a minimum the following information: a. What is the name of your business? b. What is your business address? c. Is this type of service considered a commercial service within your industry? d. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business, Alaskan Native, Native American, Tribal, Service Disabled Veteran-Owned concern, or other socioeconomic status according to NAICS code 541330? (Specify all that apply.) e. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? (If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 f. Identify any projects completed in the past for the same or similar items to help determine your firm's capability. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. g. Is this service available on a GSA Schedule? If so, please provide the GSA Schedule number and schedule item number. If GSA is in the process of awarding a schedule for this service please provide the GSA point of contact name and phone number. 6. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following e-mail addresses: mark.waithe@tyndall.af.mil and joseph.willard.1@tyndall.af.mil. 7. The deadline for submitting questions will be 5:00 PM central time on 29 April 2013. All questions MUST be submitted via email to the email addresses listed above. All responses shall be received by 5:00 PM central time on 13 May 2013. Responses shall be no more than 20 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 20 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement. See Attachment 1 ( Reach Back Center PWS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec1ae7df96fe68a50c99a3dd602ba9a8)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03034439-W 20130413/130411235152-ec1ae7df96fe68a50c99a3dd602ba9a8 (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.