Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2007 FBO #1873
SOURCES SOUGHT

R -- Air Force Small Business Innovation Research (SBIR) and Independent Research + Development (IR+D) Support

Notice Date
1/10/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
ASC/PKWKD2275D Street, Bldg 16, Rm 129 Wright Patterson AFB OH
 
ZIP Code
00000
 
Solicitation Number
PIXS5121
 
Response Due
1/31/2007
 
Archive Date
2/10/2007
 
Small Business Set-Aside
N/A
 
Description
Air Force Small Business Innovation Research (SBIR) and Independent Research & Development (IR&D) Support PURPOSE: Sources Sought for Market Research ? A solicitation has not been issued for this requirement. NAICS: 541710 SIZE STANDARD: 1,500 employees BACKGROUND AND PURPOSE OF REQUIREMENT: 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; however, the Air Force reserves the right to limit the request for proposals to respondents to this synopsis. This market survey is conducted to identify potential sources capable of meeting the requirements for providing the Air Force with SBIR and IR&D management support at Wright-Patterson AFB, OH). A proposed draft Performance Work Statement is attached to provide respondents a better understanding of the needs of the AF SBIR and IR&D Programs and the respondent?s potential ability to meet the Government?s requirement. Firms responding to this announcement should indicate their size, particularly if they are a small business, small disadvantaged business, woman-owned small business, HUBZone small business or service disabled veteran-owned small business, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAICS) code 541710 applies to this acquisition with a size standard of 1,500 employees. AF SBIR management support includes assisting the AFRL SBIR program management team in their daily activities (which include interacting with local AFRL technology directors, the product, logistics, and test center execution agents, use and development of automated management tools, working with our data base support contractor and our shopping mall web support contractor.) Specific knowledge of federal, OSD, and AF SBIR policy and guidance documents are required. Specific experience at development and publication of information brochures and newsletters and marketing is also required. Offerors must be able to demonstrate capability to manage the non-IT aspects of web sites for consistent look and feel as well as ability to design web tool requirements for our IT support contractor. Participation in the annual DOD SBIR Tri-Service Conference and manning a display at the national SBIR workshops is required. AF IR&D management support includes the demonstrated capability to review and analyze contractor and government R&D projects for the purpose of identifying technology needs and solutions to fill technology gaps and requirements. Demonstrated ability to facilitate planning and leading technology interchange meetings with contractors and government personnel. Capability to develop performance measures for various aspect of IR&D return on investment. Offerors must be capable and willing to sign Non-Disclosure Agreements with all participating R&D contractors for all interactions. The AF anticipates using a GSA contract for this award. The AF anticipates that the task order will be for 1 year with 4 option years. NAICS code 541710 applies ? respondents must propose the GSA schedule that they feel is appropriate for this acquisition. DATE DUE: Packages may be electronically mailed and received in the buying office not later than Noon (Eastern Standard Time) 31 Jan 2007. All questions shall be submitted in writing to Toni Waggoner, Contract Negotiator. Contract NegotiatorToni WaggonerASC/PKWKD 2275 D Street, Bldg 16, Rm 129Wright Patterson AFB OH 45433Phone: 937-656-4434toni.waggoner@wpafb.af.mil REQUEST FOR CABILITY PACKAGE: All interested parties shall submit a capabilities package as to its capability to perform the tasks set forth in the attached Draft Performance Work Statement (PWS) that explicitly demonstrates capabilities and expertise related to this effort. Foreign contractor participation is not permitted. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (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 in 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 related effort, a combined synopsis/solicitation will be published. PACKAGE REQUIREMENTS: 1. Please provide the following information for your firm: a. Company name b. Address c. Phone number d. Fax number e. E-mail f. Point of contact information g. Please indicate whether you are a small business, small disadvantaged business, HUBZone business, or a Woman Owned Small Business. 2. Provide a brief description of your team?s capability and approach to accomplishing the draft PWS tasks. Address briefly how you/your team will perform this work. 3. Address your approach to initial staffing, including examples of resumes of key personnel to perform the task. Example resumes do not count toward the page limit. 4. Address your approach to meeting security requirements including obtaining Secret clearances for your facility and personnel. 5. Provide information as to the extent subcontracting/teaming is anticipated. Indicate specific functional areas and tasks for which subcontracting/teaming will be relied. 6. Provide contract history matrices for any contract relevant to this effort. (Include information ONLY for work within the last three years). Address how you would meet this requirement. This matrix does not count towards the page limit. The matrix shall contain the following: a. The title of service provided b. Contract Number c. Customer d. Customer Phone and e-mail address e. Period of Performance f. Approximate dollar value for all relevant contracts g. Description of service performed 7. Responses shall limited to a total of 25 pages. Each page shall be formatted for 8 ?? x 11? paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit your responses electronically in a Microsoft Word compatible file to the Contract Negotiator and Contracting Officer. 8. Provide no more than five contract history matrices for any contract relevant to this effort. (include information ONLY for work within the last three years) For all current or past contracts deemed relevant, provide the information in the following paragraphs: (1) Administrative Data: (a) Company/Division Name (b) Program Title (c) Contracting Agency (d) Contract Number (e) A brief description of the contract effort, indicating whether it Was development and/or production (f) Type of Contract (g) Period of Performance (h) Original Contract $ Value and Current Contract & Value (i) Original Completion Data and Current Completion Date (j) Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) And Procuring Contracting Officer (PCO). There is no page limit for this requirement. 9. Organizational Conflict of Interest (OCI): Provide your approach to organization conflict of interest (OCI) avoidance, non-disclosure of information and protecting intellectual property and business interests of prime contractors and small businesses. An OCI mitigation plan should be included. This plan does not count towards the page limit. If a Request for Proposal (RFP) materializes from this Sources Sought, the government intends on including the following clauses in this requirement, AFMC FARS 5352.209-9002 Organizational Conflict of Interest. (AFMC) (Aug 2002) AFMC FARS 5352.209-9002 Organizational Conflict of Interest. Alternate II (AFMC) (Aug 2002) AFMC FARS 5352.209-9002 Organizational Conflict of Interest. Alternate III (AFMC) (Aug 2002) The full text of the above clauses may be accessed electronically at http://farsite.hill.af.mil/ Attachment: Draft PWS For more information on "Air Force Small Business Innovation Research (SBIR) and Independent Research + Development (IR+D) Support", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5121
 
Web Link
Air Force Small Business Innovation Research (SBIR) and Independent Research + Development (IR+
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5121)
 
Record
SN01208664-W 20070112/070110220652 (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.