Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

D -- AFSOC Contract Logistics Sustainment for Specialized Automated Mission Suite - Enhanced Situtational Awareness systems - DRAFT SOW - SAMS-ESA CLS

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-17-X-RF02
 
Archive Date
2/9/2017
 
Point of Contact
Regina R. Farrell, Phone: 8138267170
 
E-Mail Address
regina.farrell@socom.mil
(regina.farrell@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW THIS IS A SOURCES SOUGHT ONLY. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION/REQUEST FOR PROPOSAL. Air Warfare Center's Advanced Capabilities Division (AFSOAWC/AC aka Digital Dagger) is seeking information from qualified sources for the acquisition of Contract Logistics Support (CLS) services for Specialized Automated Mission Suite - Enhanced Situational Awareness (SAMS-ESA). SAMS‑ESA is a government-developed airborne mission networking system consisting of various processors, software, radios, network infrastructure, and user interfaces installed on aircraft to provide enhanced C2 and situational awareness capabilities. Statement of Need: Interested sources shall be experienced in providing the necessary CLS support services needed to maintain specialized situational awareness systems installed on Air Forces Special Operations Command (AFSOC) aircraft both in-garrison and deployed across the AFSOC enterprise. Additional information may be found in the draft Statement of Work included as an attachment to this Sources Sought. Acquisition Strategy: The Government contemplates awarding a single contract for the required SAMS-ESA CLS services on a Cost-Plus Fixed Fee (CPFF) basis. The anticipated period of performance is six months with one (1) additional six-month option period. Capability Statement: Interested sources may provide a corporate capability statement with the following information: a. Name, address, and Contractor and Government Entity (CAGE) code of your company. b. Point of Contact (Name address, phone number, and e-mail). c. A description (no more than 10 pages in length) detailing how your company's expertise could produce and deliver the required capability identified in the attached SOW within the Government's specified time frame. d. Identify current services your company offers which most closely match the capabilities specified in the SOW. e. An identification of your company's past and current customers to which your company provided similar services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. Response Format: Responses shall be single-spaced, 12-point font, and not less than 1 inch margins. Based on the page limits set forth above, the total length of the response shall not exceed 10 pages, excluding company brochures and catalogs. In accordance with FAR 15.201(e), a response to this sources sought is not an offer and cannot be accepted by the Government to form a binding contract. Response to this sources sought is voluntary. The Government will not award a contract on the basis of this sources sought, nor pay for information provided in response to this sources sought. This information will not be returned. Corporate information marked Proprietary, such as non-public pricing or bid strategy, will be safeguarded, but the Government may use comments or suggestions about the SAMS-ESA CLS acquisition in any way that the Government chooses. The final requirements and acquisition strategy for the SAMS-ESA CLS may be different from what is described in this sources sought. Responses to this sources sought shall be emailed to the US Special Operations Command (SOCOM), regina.farrell@socom.mil. No zipped files may be sent by email due to local firewall restrictions. Responses to this sources sought shall be submitted NLT 25 January 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-17-X-RF02/listing.html)
 
Place of Performance
Address: Various locations - see draft SOW., United States
 
Record
SN04369093-W 20170113/170111234343-65e6546225f09fc79a2041be1371ad30 (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.