SOURCES SOUGHT
A -- Engineering and program management support - PWS
- Notice Date
- 2/10/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
- ZIP Code
- 30308
- Solicitation Number
- RFI-ID04120052
- Archive Date
- 3/9/2012
- Point of Contact
- Susan Humann, Phone: (228) 813-3336
- E-Mail Address
-
susan.humann@gsa.gov
(susan.humann@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS for RFI-ID04120052 This combined sources sought and request for information (RFI) is issued solely for information and planning purposes an ddoes not constitute a Request for Quote or a promise to issue a Request for Quote in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. The Government may revise its acquistion strategy and solicitation requirement based upon inudstry responses. The General Services Administration (GSA), Federal Acquisition Services (FAS), Assisted Acquisition Services Division (AASD), on behalf of the Air Force Research Laboratory, (AFRL) Wright Patterson, Ohio intends to procure a fixed price time and material support services contract that shall assist the AFRL Electromagnetics Technology Division (RYH) research efforts by conducting basic and applied research through test and evaluation, data gathering, measurement, and signal processing using antenna, opto-electronic, infrared and other electromagnetic sensor technologies. The Contractor selected under this solicitation shall be required to provide subject matter experts to assist government engineers and staff inthe development of new technologies and help provide oversight of research programs. GSA is anticipating using competitive procedures. A Draft Performance Work Statement (PWS) is attached to provide a draft of the anticipated work and experience thta maybe required. If your company can provide this type of services and has enrolled in the Government's Central Contracting Registration (CCR) system, please provide the following in your capability package for the sources sought/market survey, which is not expected to be a proposal, but rather specific, detailed information regarding the company's existing experience in relation to the areas Government Contracts specified in the attached PWS. Please be specific enough and do not send a generic brochure. Specifically small businesses are encouraged to reply, but large businesses are invited to submit a capability package if the Government procurement strategy should change. Capability packages are not exceed 5 pages along with the related type of Government experience. It is anticipated the NAICS code in the 541990 series will be designated for this procurement; however, interested parties are encouraged to submit a more suitable NAICS Code along with their capability packages. Contractors are responsible for all costs for submitting their capability packages. Government shall not be responsible for reimbursing any costs in response to this sources sought/RFI. Capability packages must be submitted electronically with the subject line of: RFI-ID04120052 to: susan.humann@gsa.gov. Capability packages and ITSS registration confirmation are due by 3:00 pm EST. 23 February 2012. Make sure to obtain an email by the GSA POC's to ensure your capability package was received. If a receipt is not provided within 48 hours, please contact Susan Humann at 228-813-3336. If you have any questions or PWS comments, please provide those by email to Susan Humann. NOTE: Firms interested in receiving RFQ must be properly reigstered in IT Solutions Shop (ITSS) Registration can be done on the web at https://itss.gsa.gov or by phone at 877-243-2889, Option 2. The anticipated period of performance is one (1) year base period, with four (4) 1 year options, anticipated effective date of 6/1/2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/85afdcdd7e74a47ffaefd071cbcf45b6)
- Place of Performance
- Address: Wright Patterson AFB, Ohio, WPAFB, Ohio, United States
- Record
- SN02673248-W 20120212/120210233746-85afdcdd7e74a47ffaefd071cbcf45b6 (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 |