SOLICITATION NOTICE
70 -- Request for Information - Market Research Documents
- Notice Date
- 9/13/2018
- Notice Type
- Presolicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- F4F4AC8219A901
- Archive Date
- 10/2/2018
- Point of Contact
- David B. Underwood, Phone: 9376567314
- E-Mail Address
-
david.underwood.14@us.af.mil
(david.underwood.14@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Objectives THIS IS A REQUEST FOR INFORMATION; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. Requests for solicitation will receive no response. THIS REQUEST FOR INFORMATION IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. This RFI is conducted to identify potential sources capable of meeting the requirements in the attached Statement of Objectives (SOO). This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 334118. All prospective contractors must be registered in the System for Award Management (SAM) database. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package that should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements in the attached SOO. The required system must already meet and be documented by the National Institute of Standards and Technology (NIST) Risk Management Framework (RMF) and possess current Authority to Operate (ATO) on the United States Air Force Network. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract, and the scope of the experience. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Capability packages should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to David Underwood at david.underwood.14@us.af.mil in AFLCMC/PZITA. Capability packages shall be submitted no later than 8:00AM EST on 17 September 2018. The Government will neither award a contract solely on the basis of this RFI, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This RFI does not constitute a Request for Quote (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or a related effort, a solicitation will be published and posted on the FedBizOps website. If you have any questions, you may contact, David Underwood, at david.underwood.14@us.af.mil or by phone at (937) 656-7314. See attached: 1. Statement of Objectives (SOO)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4F4AC8219A901/listing.html)
- Place of Performance
- Address: Wright Patterson Air Force Base, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN05088081-W 20180915/180913231358-b972dd4d1051d371f77fd532921b9e79 (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 |