SOURCES SOUGHT
R -- Sources Sought Notice Space Logistics (SL) Directorate Infrastructure Support Services (SLISS) - SLISS Sources Sought Documents
- Notice Date
- 3/4/2011
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8823-12-R-0002
- Point of Contact
- Margaret Zancanella, Phone: 719 556-5684
- E-Mail Address
-
margaret.zancanella@peterson.af.mil
(margaret.zancanella@peterson.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SLISS A&AS Market Research Questionnaire CLASS Indirect Performance-based Work Statement (PWS), dated 28 Nov 06. NOTE: THIS PWS IS FOR THE CURRENT CONTRACT. IT IS PROVIDED ONLY AS AN EXAMPLE OF THE CURRENT WORK. IF/WHEN A SOLICITATION IS ISSUED, THE PWS MAY INCLUDE DIFFERENT TASKS AND REQUIRE DIFFERENT LABOR CATEGORIES FROM THOSE REFLECTED IN THE ATTACHED PWS. This is a Sources Sought Notice for market research and is not a request for proposals (RFP). Do not send proposals in response to this Notice. A solicitation will not be issued at this time, and this notice shall not be construed as a commitment by the government to issue a solicitation nor does it restrict the government to a particular acquisition approach. The purpose of this Sources Sought Notice is to identify potential sources capable of providing a variety of non-personal Advisory and Assistance Support (A&AS) and non-A&AS services in support of various missions, and command, control, communications, and intelligence activities within Air Force Space Command (AFSPC), Space and Missile Support Center (SMC), Space Logistics (SL) Directorate, Peterson AFB, CO. The A&AS shall include a broad range of management, operational and professional activities, studies, analyses, evaluations, technical advice, assistance, and training. The non-A&AS shall include information technology (IT)/communications system management and engineering support services. The current Indirect CLASS contract is an example of the effort required. It provides the Space Logistics Directorate and related space organizations with the capability to execute effective support and responsive acquisition management in support of the SL mission to sustain and improve space weapons systems. SL provides logistical support to various space organizations, including Air Force Satellite Control Network (AFSCN), Spacelift Range System (SLRS), Global Positioning Systems (GPS), Defense Meteorological Satellite Program (DMSP), Military Satellite Communications (MILSATCOM), and Space-based Infrared Systems (SBIRS). SMC/SL also provides support to the assigned System Support Managers (SSMs) and System Program Directors (SPDs) in meeting life-cycle performance and cost requirements in support of AFSPC and Air Force Weather Agency (AFWA) missions. These program offices have critical missions and goals and are integrally related. Each supports the health and integrity of US space systems. See attached Performance-based Work Statement (PWS) for examples of the required tasks (Attachment 1) for the current contract. The objective of this SLISS acquisition is to maintain a consolidated A & AS contract effort at the Space Logistics Directorate. The SLISS contract will provide infrastructure support. The current SLISS contract is a firm, fixed-price, indefinite delivery/indefinite quantity (IDIQ) non-personal Services Contract under NAICS code 541712. The new SLISS services will fall within the following areas of expertise: Office Administration Financial Management Acquisition/procurement Human Resources Management IT/Communication Systems Management & Engineering Facilities Support SMALL BUSINESS DETERMINATION: The government is considering whether to set aside the proposed contract under a small business set-aside program in accordance with Federal Acquisition Regulation (FAR) 19, Small Business Programs. The North American Industry Classification System (NAICS) Code proposed for this requirement is 541611, Administrative Management and General Management Consulting Services. The small business size standard for NAICS 541611 is $7.0 million. The government is interested in all small businesses, including Section 8(a), Historically Underutilized Business (HUB) Zone, Woman-owned Small Business (WOSB) or Service-Disabled Veteran-Owned (SDVO) Small Businesses who are interested in performing this requirement. The government requests interested parties submit a description of their company's capabilities, including business size (i.e. annual revenues and employee size), business status (i.e., Section 8(a), HUBZone, WOSB or SDVO), anticipated teaming arrangements, and a description of similar services offered to the government and to commercial customers. Any responses involving teaming agreements should delineate between the work the prime will perform and the work to be performed by the teaming partners. The government will use this information in determining its small business set-aside decision. Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, will apply where at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. In order for the government to make an SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of A&AS services. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as stated above. The Statement of Capability shall include: 1. Company Name a. Address b. Point of Contact (POC) c. POC phone number(s) and e-mail addresses d. Cage code e. Business status (i.e. large/small business, disadvantaged, Hub Zone, woman-owned, etc.) f. Brief description of the company's business size g. Anticipated teaming arrangements (delineate between work accomplished by prime and work accomplished by teaming partners) h. Interest in proposing as a prime/subcontractor 2. Description of relevant contract experience (Government and Commercial). For each contract please provide the following information: a. Contract number b. Description of the requirement, including NAICS code, contract type c. Magnitude d. Place of performance e. POC for the requiring activity f. POC address, e-mail phone number(s), fax number and the company's web page, if applicable 3. Completed Market Research Questionnaire (Attachment 2) The Statement of Capability shall be UNCLASSIFIED. This Sources Sought Notice shall not be construed as a formal solicitation or as an obligation on the part of the government to acquire any products or services. Information provided to the government in response to this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the government. Responses will not be returned. The information obtained from contractors' responses to this notice may be used in the development of an acquisition strategy and future RFP. The company's standard format is acceptable; however, the page limit shall not exceed fifteen (15) single-sided, 12-point font, with 1-inch margins, on 8 ½ x 11-inch pages (page limitation is inclusive of Attachment 2). Contractors capable of providing these services should submit an email with their Statement of Capability containing the information above and Attachment 2 via e-mail to Ms. Margaret Zancanella, Contract Manager, at margaret.zancanella@peterson.af.mil. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the government received their e-mail via read receipt and can view it. All responses must address each of the requirements stated above and in Attachment 2. The government point of contact for this Sources Sought Notice is Ms. Margaret Zancanella, Contract Manager. Each submission should be virus-scanned prior to sending. E-mail submission is required. Responses shall be sent not later than 1:00 pm, Mountain Daylight Time, 7 Apr 11. A formal solicitation may be executed and posted separately on Federal Business Opportunities website (www.fbo.gov) at a future date. The government is interested only in identifying interested and capable contractors for this service and receiving industry feedback to improve the acquisition process as part of the market research. The tentative solicitation issue date will be determined at a later date. If the government issues a solicitation, it may award one or more contracts to the contractor(s) meeting the responsibility factors in FAR Part 9.104-1. The government will conduct any source selection in accordance with Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 at the Centralized Integration Support Facility (CISF), Peterson AFB, Colorado. Note: The goal of this Sources Sought Notice is to identify essential information to be included in an A&AS solicitation to streamline the acquisition while improving the quality and decreasing cost. The government is under no obligation to consider information received after the response date/time as part of the formal market research for this acquisition. Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be marked "PROPRIETARY INFORMATION." An email response is the accepted method. Failure to submit all information by the submission due date and time will result in a contractor being considered "not interested" in this requirement. This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP). No solicitation is being issued at this time, and this notice shall not be construed as a commitment by the government to issue a solicitation or ultimately award a contract, nor does it restrict the government to a particular acquisition approach. In accordance with DFARS Part 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award. Register at http://www.ccr.gov, or call 1.888.CCR.2423. The contracting officer will not respond to any contractor's request for additional information regarding this acquisition. Any future information on this acquisition (statement of work, specifications, solicitation, etc) will be posted on www.fbo.gov. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes. For information on Small Business Administration programs, please contact the Small Business Administration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-12-R-0002/listing.html)
- Place of Performance
- Address: Primary place of performance is CISF, 1050 E Stewart Ave, Peterson AFB CO 80914. Work may also be performed at other locations, including Schriever AFB and Buckley AFB, CO., United States
- Record
- SN02393544-W 20110306/110304234155-d53cfe81edcffc9cee0506821d6aa862 (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 |