Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
SOURCES SOUGHT

99 -- CONTROL AND REPORTING CENTER (CRC) SITE SUPPORT - CRC SST DRAFT PWS 2017

Notice Date
12/6/2016
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8217-17-R-SST
 
Archive Date
1/10/2017
 
Point of Contact
Destiny A Leach, Phone: 8017756532, Lance Hardman, Phone: 801-586-2144
 
E-Mail Address
Destiny.Leach.1@us.af.mil, lance.hardman@us.af.mil
(Destiny.Leach.1@us.af.mil, lance.hardman@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Control and Reporting Center Site Support Team DRAFT Performance Work Statement 2017 SOURCES SOUGHT SYNOPSIS: Name: CONTROL AND REPORTING CENTER (CRC) SITE SUPPORT Number: FA8217-17-R-SST Notice Type: Sources Sought Synopsis 1. Sources Sought: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541519, Other Computer Related Services which has a corresponding Size Standard of $27.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. Background: a) The CRC is a deployable battle management command and control (BMC2) system employed at the tactical level to support air operations execution across the entire range of operations, from Homeland Security to major combat operations. b) A tactical C2 element that operates independently or in combination with other tactical joint/coalition C2 elements. c) Manages the theater's integrated air defense system, conducts air surveillance, participates in theater data link operations, and controls air operations in accordance with the Air Tasking Order (ATO) and Air Control Order (ACO). 3. Requirement: IAW DRAFT Performance Work Statement (PWS) for Control and Reporting Center (CRC) Site Support attached. 4. Requested Responses Provide the following Business Information for your company: • Company Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page Address: • Would you be a prime contractor or a subcontractor? • Discuss any concerns you may have with this requirement and describe your company's experience and or capabilities with this requirement per the draft PWS. • Central Contractor Registration (CCR) (Yes/No) • North American Industry Classification System (NAICS Code: 541519) Based on above NAICS code, state whether your company is small business and provide additional information regarding the type of small business (women-owned, small disadvantaged business, HUBzone, etc.) Identify if your company is qualified as an 8(a) candidate. NOTE: The Government does not intend to award a contract on the basis of these sources sought or to otherwise pay for the information solicited. The information provided is considered market research and may be utilized by the AF in developing its acquisition strategy and or requirements documents. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked 5. Response Interested Offerors should send a response to this sources sought to the Contract Specialist listed below. Responses should be submitted by 09 January 2017, no later than 1:00 PM MST. All responses or questions shall be submitted to the Contract Specialist via email at Destiny.Leach.1@us.af.mil. Points of Contact Contracting POC: Destiny Leach 6039 Wardleigh Rd. Bldg 1206 Hill AFB, UT 84056 801-775-6532 E-mail Destiny.Leach.1@us.af.mil Alternate POC: Lance Hardman 6039 Wardleigh Rd. Bldg 1206 Hill AFB, UT 84056 801-586-3965 E-mail Lance.Hardman@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8217-17-R-SST/listing.html)
 
Place of Performance
Address: Hill Air Force Base, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04344622-W 20161208/161206235350-e1b1a3589861b51ee380d0d69a9030f2 (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.