Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOURCES SOUGHT

A -- AFTAC PILOT PROJECT - DRAFT PWS

Notice Date
8/12/2016
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-16-R-0011
 
Archive Date
8/31/2016
 
Point of Contact
Kevin J. Powell,
 
E-Mail Address
kevin.powell.16@us.af.mil
(kevin.powell.16@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS - DRAFT 1.0 Description 1.1 The Air Force Applications Center (AFTAC) CYBER Capabilities Squadron and AMIC/PKA Det 2 (OL-Patrick AFB, FL) are conducting Market Research for non-personal services to create a Hadoop Instance that will work with a national data set. The AFTAC instance must conform to the standards of the lead agency. This sources sought is one of the elements of our Market Research, and it will be used to determine the acquisition approach. 1.2 This Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government acquisition approach. 1.3 Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the Draft PWS and you must state all Government Agencies that you have performed these tasks for. 1.4 The capabilities package should list all Government Agencies where you have performed the required tasks in the Draft PWS, describing relevant contract experience offered. Include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, and fax number). Submitted information shall be UNCLASSFIED. 1.5 The North American Industry Classification System (NAICS) Code is 541511. The small business size standard is $27.5M (annual average gross revenue for the last three fiscal years not to exceed $27.5M). 2.0 Background AFTAC is working with other agencies to create a Hadoop Instance that will work with a national data set. The AFTAC instance must conform to the standards of the lead agency. The lead agency will direct the hardware configuration to be used and the contracted agent must be able to perform the configuration of the instance. 2.1 Estimated Period of Performance: On-site period of approximately 45 total business days, expiring within 1 year of the award date. 2.3 Security Requirements: Final U.S. Government issued TOP SECRET security clearance and be DCID 6/4 eligible with a current SSBI. 3.0 Requested Information 3.1 Your capability statement shall provide administrative information, and shall include the following as a minimum: 3.2 Name, mailing address, phone number, and e-mail of designated point of contact. 3.3 The facility security clearance of the offeror. 3.4 Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Business (EDWOSB) Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, an Indian Tribe or Alaskan Native Corporation, or a large business based on the size standard in paragraph 1.5 above. 4.0 Responses 4.1 Please submit your capabilities packages to AFTAC, Attn: Mr. Kevin Powell, 10989 South Patrick Drive, Patrick AFB, FL, 32925-3002 or e-mail: kevin.powell.16@us.af.mil. Any questions may be directed to the Contracting Officer, Mr. Kevin Powell, same address and e-mail. Responses must be received no later than 11:00 A.M. ET on 16 Aug 2016. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice.. 4.2 Responses shall be limited to 6 pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3 It is the submitters solely responsibility to verify the package was delivered or the e-file was received and can be viewed. 5.0 Industry Discussions AFTAC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Ombudsman Clause, Apr 2014 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Aaron D. Judge, OL KC AFICA, 129 Andrews Street, Suite 129, Langley AFB, VA 23665-2769, Phone number (757) 764-5372, Email: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05). (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) 7.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers in the FedBizOpps; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 15 Aug 2016 at 1200pm local will be answered. 8.0 Summary THIS IS A SOURCES SOUGHT to identify potential prime contractors or subcontractors that can provide a Hadoop Instance that will work with a national data set. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/caa1d53b6b26732bd6e431bce4967c13)
 
Place of Performance
Address: AFTAC, 10989 South Patrick Drive, Patrick AFB, FL, 32925-3002, Patrick AFB, Florida, 32925-3002, United States
Zip Code: 32925-3002
 
Record
SN04222484-W 20160814/160812235405-caa1d53b6b26732bd6e431bce4967c13 (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.