SOURCES SOUGHT
R -- Correlating and fusing information and providing tailored regionally-focused ISR to support Component-Numbered Air Forces, Combined Forces Air Component Commanders and Combatant Commanders and support DGS mission crews in mission preparation and execution - Attachments 1-4
- Notice Date
- 7/13/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
- ZIP Code
- 78243
- Solicitation Number
- FA7037
- Archive Date
- 8/28/2012
- Point of Contact
- Felita A. Thomas, Phone: 7572255781
- E-Mail Address
-
felita.thomas@langley.af.mil
(felita.thomas@langley.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft ID/IQ PWS Task Description Task Description Task Description 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 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 Air Force Intelligence, Surveillance, and Reconnaissance Agency (AFISRA) is seeking possible sources to provide services to support the AFISRA Distributed Common Ground System (DCGS) requirements, as outlined in attachment 1, DRAFT PWS (under NAICS 541512). Comments on this NAICS and suggestions for alternatives must include supporting rationale. This acquisition will also require contractor personnel have a final Top Secret Security clearance and be DCID 6/4 eligible with a current SSBI. The period of performance will be for a one-year base, with 4 one-year options. Possible task are outlined in the attached 4 attachments. Attachment 4 is the ID/IQ PWS and attachments 1 through 3 are the requirements for the current contracts. These tasks are samples of what type of work could possibly be put on task order, after ID/IQ contract is awarded. While this PWS identifies the general service area, the suite of resulting contracts (i.e. task orders) is intended to satisfy the full range of DCGS related requirements within this area of services. With the pace of technology change, it is difficult to anticipate how the Government's requirements and individual programs will evolve over the life of these contracts. The specific scope of each effort will be based on the specific tasks to be set forth in individual task orders (TOs), but may include tasks as outlined in attachments 1 through 3. This requirement will have a small business element. Understand that the Government will be looking for relevant experience of similar size and scope. When preparing responses to Sources Sought be sure to include any teaming or subcontracting possibilities. There will be a Small Business Industry Day established for this requirement, tentatively scheduled for the week of 27-31 Aug 12. The industry day date and location will be released on/about 1 Aug 12. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as stated above, not to exceed 5 pages. The statement of capability shall include: I. Contractor Name a. Address b. Point of Contact (POC) c. POC phone number(s) and e-mail addresses d. Cage code e. Anticipated teaming arrangements (delineate between work accomplished by prime and work accomplished by teaming partners, clearly show full capability) f. GSA contract, if applicable and number II. Description of Relevant Contract Experience (Government and Commercial) a. Contract number (all contract types are applicable) b. Description of the requirement c. POC for the requiring activity d. POC address, e-mail phone number(s), fax number and the company's web page, if applicable Contractors capable of providing these services should submit a Statement of Capability, not to exceed 5 pages, containing the above reference information via e-mail to felita.thomas@langley.af.mil the Procurement Analyst/Contracting Specialist. No phone calls please. Please note that no additional information will be provided via telephone. Questions should be submitted to the above e-mail address and a response to all questions will be posted. 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 future RFP. Proprietary information or trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government reviewing responses, will have signed non-disclosure agreements and understand their responsibility for proper use and protecting from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Responses shall be received not later than 13 Aug 12, 0800 Eastern Standard Time. Please note, THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL, BUT A MARKET SURVEY TO LOCATE POTENTIAL SOURCES.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3ede0cc2059036eb465253a26a7c9abb)
- Record
- SN02802860-W 20120715/120713235620-3ede0cc2059036eb465253a26a7c9abb (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 |