DOCUMENT
R -- AMC A&AS/SETA Sources Sought - Market Research Questions
- Notice Date
- 11/17/2008
- Notice Type
- Market Research Questions
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- AMC_AAS_SETA_SourcesSought
- Point of Contact
- Jennifer L Gherardini, Phone: 618.256.9979, Edwin Ruckwardt,, Phone: 618-256-9997
- E-Mail Address
-
jennifer.gherardini@scott.af.mil, Edwin.Ruckwardt@scott.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice only, with specific interest in small business capability. The purpose of this notice is to obtain information from qualified small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) and to conduct market research in accordance with Federal Acquisition Regulation (FAR) Part 10 (please see attached market research questions). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The AMC Specialized Contracting Branch at Scott Air Force Base (SAFB), Illinois, seeks potential sources to perform a variety of non-personal Advisory and Assistance Services (A&AS) and Systems Engineering and Technical Assistance (SETA) services in support of Headquarters, Air Mobility Command (HQ AMC), SAFB, Illinois. A broad range of technical and analytical advisory and assistance shall be provided under this contract to include support or improvement of policy development, management, administration and improvement of systems operations. This requirement shall also consist of several phases of planning, programming, acquisition, and implementation cycles of various Government systems to complement the Government's technical expertise in accomplishing its mission. In rendering the foregoing services, outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, recommendations, and training services. Work under this contract will require security clearances. A best value source selection will likely be the method of contractor selection. It is anticipated the contract performance period will be a base period of one year with four option periods, with a ceiling value of approximately $90 million. Most of the work is expected to be performed on SAFB. The Government is contemplating award of a multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with firm fixed price, labor hour and/or cost type contract line item numbers (CLINs). The North American Industry Classification Systems (NAICS) Code for this procurement is 541611, Administrative Management and General Management Consulting Services, with a small business size standard of $7,000,000. No decision has yet been made regarding the small business strategy for this contract. However, while the Government is specifically assessing the availability and potential of small business to perform this work, both large and small business concerns are encouraged to submit responses to this Notice. Small business is advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. Small businesses wishing to influence the Contracting Officer's decision regarding small business set-asides are urged to respond to this announcement via e-mail to Edwin.Ruckwardt@scott.af.mil with a courtesy copy to Jennifer.Gherardini@scott.af.mil. A reponse to this notice should include an emailed response to the attached Market Research Questions. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offerors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Please provide responses by 3:00 PM CDST, 01 December 2008. Any questions may be addressed via e-mail to Jennifer.Gherardini@scott.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=79c7526eed2f5dffe7661c355f859b27&tab=core&_cview=1)
- Document(s)
- Market Research Questions
- File Name: Market Research Questions for Sources Sought Notice (Sources Sought Notice ATCH 1 MR Questions.doc)
- Link: https://www.fbo.gov//utils/view?id=b397c25d8cf122256ab66ff3078a7dee
- Bytes: 105.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Market Research Questions for Sources Sought Notice (Sources Sought Notice ATCH 1 MR Questions.doc)
- Place of Performance
- Address: Scott AFB, IL, United States
- Record
- SN01705979-W 20081119/081117215247-79c7526eed2f5dffe7661c355f859b27 (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 |