SOURCES SOUGHT
R -- SAF/US(M)S Business/Mission Transformation - Pre Solicitation PWS BETA
- Notice Date
- 10/24/2011
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
- ZIP Code
- 20373
- Solicitation Number
- FA7014-12-R-1002
- Archive Date
- 11/23/2011
- Point of Contact
- Anthony J. Weedin, , Shawntara Govan,
- E-Mail Address
-
anthony.weedin.ctr@afncr.af.mil, shawntara.govan@afncr.af.mil
(anthony.weedin.ctr@afncr.af.mil, shawntara.govan@afncr.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Pre Solicitation BETA PWS This is a Sources Sought Synopsis for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall be not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. This sources sought is being published to identify potential sources capable of providing a variety of Advisory and Assitance Support geared towards Business, Engineering and Technical Assistance to SAF (Secretary of the Air Force) in support of various missions. The BETA shall include a broad range of business, operational, engineering, and professional studies and analyses with specific emphasis on Benchmarking methodologies utilizin a wide range of different approaches or similar: (1) Business Process Re-engineering; (2) Program and Efficiency Management Expertise; (3) Technical Experise for Pilot Projects; (4) Enterprise Data Expertise in the application of semantic/ontological standards, protocols and development methods to enterprise data governance; (5) Performance Management Measurement commercial best practices skills; (6) Analysis of Alternatives Analytical Skills. The Government requires a minimum of three years Benchmarking methodologies and capabilities experience with recency and relevancy of three years and past performance of three years. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541330, Engineering Services. he size standard for NAICS 541330 is $4.5M. Comments on this NAICS and suggestions for alternatives must include supporting rationale. Interested responsible Offeror's response should identify its business size (large or small) in relation to this NAICS code. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business. Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by a small business prime contractor alone. Description of Services: SAF/US(M)S mission is to define, assess, conduct technical analysis, manage and develop operational concepts, architectures, technical demonstrations and capabilities assessments to guide the development of business/mission transformation seeking to make the USAF organize, train and equip responsibilities more effective for our warfighters through the development and adoption of more efficient business/mission practices. Additionally SAF/US(M) is responsible for the effective management of the Air Force efficiencies/savings initiatives. The contractor will perform services required at an approved contractor on-site facility. TOP SECRET personnel clearances, some with Sensitive Compartmented Information (SCI) access, are mandatory and SECRET facility clearance is mandatory. 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, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541330 (size standard $5.4 M or number of employees) and status. If qualified as an 8 (a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 font size, 8 ½ x 11-inch pages Offerors capable of providing these services should submit a Statement of Capability containing the above reference information via e-mail to Mr Tony Weedin at anthony.weedin.ctr@afncr.af.mil with a cc to the Government Contracting Officer, Capt Govan at shawntara.govan@afncr.af.mil Each submission shall be virus scanned prior to being sent. Electronic submission is required. Responses shall be received not later than 8 Nov 2011, 2:00 pm Eastern Time Zone. 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 e-mail was received and can be viewed. All responses must address each of the above stated requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-12-R-1002/listing.html)
- Place of Performance
- Address: Pentagon, Andrews AFB and Contractors designated place of business, Washington, District of Columbia, 20373, United States
- Zip Code: 20373
- Zip Code: 20373
- Record
- SN02611609-W 20111026/111024233811-1061339dd8505c8957a7191142daad67 (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 |