Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2011 FBO #3444
SOURCES SOUGHT

D -- Enterprise UII Read - Capabilities Matrix - Draft PWS

Notice Date
4/28/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-11-R-7009
 
Archive Date
5/25/2011
 
Point of Contact
Timothy M. Hayes, Phone: 9376567398
 
E-Mail Address
tim.hayes@wpafb.af.mil
(tim.hayes@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) Interested Contractor's Capability Statement This is a sources sought synopsis; there is no solicitation available at this time. The Information Technology Branch (ASC/PKEI), Wright-Patterson AFB, OH, is conducting market research to determine potential sources for a potential contract to read Unique Item Identifiers (UIIs). The Air Force Automatic Identification Technology (AIT) Program Management Office (PMO) has a requirement for an enterprise information technology solution to read UIIs, use the UII or select asset data attributes to query the AF enterprise data store, and return the full compliment asset pedigree data associated with the asset, including the UII. This Enterprise UII Read (EUR) capability shall be integrated with other AIT capabilities, including but not limited to Asset Management and Point of Maintenance (POMX) via the Enterprise Data Collection Layer (EDCL). A draft Statement of Work (SOW) is attached to this announcement. The Air Force anticipates awarding a firm fixed price (FFP) contract. The anticipated period of performance is six (6) months starting at the date of award. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate the size of their business and, where applicable, their small business status on the attached Capabilities Matrix. The North American Industrial Classification System (NAICS) code for this action is 541512, size standard $25,000,000. Firms must be registered in the Central Contractor Registration (CCR) system to be eligible for award of a contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their CCR. The Air Force has not yet determined the acquisition strategy for this requirement including whether a set aside 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 FAR Clause 52.219-14. Interested parties are invited to submit capability statements. Interested contractors shall review, fill-in and return the attached Capabilities Matrix and may also submit a 4 to 8 page capabilities document. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. 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 what the scope of the experience was. 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 of the SOW. Your statement of capabilities 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 an electronic copy of your response to tim.hayes@wpafb.af.mil. Statements should be submitted no later than 10 May 2011. The Air Force does not intend to award a contract on the basis of this sources sought synopsis or otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose. Any information submitted by respondents to this sources sought is voluntary and will be used only for the purpose of conducting market research. 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 solicitation will be posted on the Federal Business Opportunities (FBO) website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-11-R-7009/listing.html)
 
Record
SN02435613-W 20110430/110428234548-54ed0535398d9d2b1c11df798a8772d4 (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.