Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOURCES SOUGHT

D -- Business Intelligence Service - BIS_DRAFTPWS_7Nov2018

Notice Date
11/7/2018
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HIBK-WPAFB, 4225 Logistics Avenue, S216, Wright-Patterson, Ohio, 45433, United States
 
ZIP Code
45433
 
Solicitation Number
FA8770-19-F-0508
 
Archive Date
12/5/2018
 
Point of Contact
Amanda Myers, Phone: 9372577603, Julian White, Phone: 9379040208
 
E-Mail Address
amanda.myers.7@us.af.mil, julian.white.1@US.AF.MIL
(amanda.myers.7@us.af.mil, julian.white.1@US.AF.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
BIS_DRAFTPWS_7Nov2018 1.0 DESCRIPTION THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. This synopsis is not to be construed as a commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information or responses submitted as a result of this solicitation. Contract efforts are subject to Federal Acquisition Regulation (FAR) 52.23218 availability of funds. This is a Sources Sought Synopsis; There is no solicitation available at this time. This Sources Sought Synopsis is published for market research purposes only. Companies may be contacted if further information is needed. The purpose of this Sources Sought Synopsis is to inform the business communities that the United State Air Force Business Enterprise System Program Office, Wright Patterson AFB, Ohio intends to award a contract for a period of five (5) years to commence on or about June 2019. Contract types are expected to be Firm Fixed Price and/or Cost Reimbursable. All costs associated with responding to this Sources Sought will be solely at the responding party's expense. 2.0 BACKGROUND This is a non-personal services effort to provide support services for the Business Intelligence Services (BIS) effort. The Contractor will support SAF/AQXE by providing business intelligence services, and appropriate documentation to support the transition to an IT service under a Government chosen hosting environment. The contractor will compile data from a variety of sources to support the business intelligence function within AQXE (e.g., permits preparation packages containing company and program background for AF and other Services leadership, provides data for analysis under the DoD's Superior Supplier Incentive Program, and provides analytical data to assist program executive officers in industry interactions [e.g., negotiation preparation]). 3.0 REQUESTED INFORMATION/RESPONSES/INSTRUCTIONS The AFLCMC/HIB is surveying the market to determine if any sources are qualified to perform any or all of the aforementioned requirements. The format for each capabilities statement must address each bullet below with a corresponding response specific only to the information requested for that bullet. Capabilities statements must describe the company and its recent and relevant experience supporting systems of similar scope including but not limited to the following: �� Company name, address, CAGE Code and DUNS number. �� Point of contact name, title, telephone number, and email address. �� Small Business Status/Categories as appropriate. Also, each company should indicate their business size: other than small business, small business, small disadvantaged business, 8(a), woman-owned, economically disadvantaged women-owned, service-disabled, veteran-owned, and/or HUBZone in accordance with the stated NAICS code and size standard. �� The North American Industry Classification System (NAICS) code assigned to this acquisition is 541519, "Other Computer Related Services", with a size standard of $27.5M. Firms responding should indicate their size in relation to this size standard. �� Provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. �� The Company's capability/experience to execute the scope of task as mentioned in Section 2.0. �� The Company's capability to create and maintain all requisite security agreements and checklists. �� Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. This may include suggestions on contracting and pricing strategies. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent and relevant experience must be provided for each area. If a company is capable of some, but not all of the consolidated requirements stated in this Sources Sought Synopsis, please provide a response that explains the requirements for which the company is capable and how it would propose to fill the gaps. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Responses are limited to two (2) pages (Title Page/Cover sheet and Table of Contents are not necessary), single sided, page size of 8.5" X 11",12 point font, 0.75" margins, using Microsoft Word. Information should demonstrate the experience necessary to successfully support the BIS program. Past project references must relate to the experience described in this announcement and the Performance Work Statement (Attachment 1). Interested firms must submit a capabilities statement electronically to AFLCMC/HIBK via email to Amanda.Myers.7@us.af.mil, Cc: Julian.White.1@us.af.mil. If there are any questions with regard to this sources sought synopsis, please contact the listed POCs with specific questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/759abb57ecbfdb9db2f527f8f36aade8)
 
Record
SN05146527-W 20181109/181107230856-759abb57ecbfdb9db2f527f8f36aade8 (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.