SOURCES SOUGHT
D -- Hardness Maintenance/Hardness Surveillance (HM/HS) & High Altitude Electromagnetic Pulse (HEMP) Technical Support - HM/HS & HEMP Technical Support PWS
- Notice Date
- 10/2/2012
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
- ZIP Code
- 80914-1055
- Solicitation Number
- FA2517-12-R-9006
- Point of Contact
- Jeane E. Steed, Phone: 7195568087
- E-Mail Address
-
jeane.steed@us.af.mil
(jeane.steed@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Research Questions Draft PWS This is a Sources Sought Notice with market research questions attached. The purpose of this notice is to obtain information from qualified small businesses and to conduct market research in accordance with Federal Acquisition Regulation (FAR) Part 10 (please see attached market research questions). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The 21st Contracting Squadron at Peterson Air Force Base (PAFB), Colorado, seeks potential sources, with specific interest in small business capability, to perform Hardness Maintenance/Hardness Surveillance (HM/HS) and High Altitude Electromagnetic Pulse (HEMP) Technical Support for Headquarters, Air Force Space Command (HQ AFSPC), Peterson Air Force Base (PAFB), Colorado. This requirement provides HM/HS, HEMP verification testing, HEMP surveys and engineering studies, and HEMP training materials for a wide range of current HEMP protection systems world-wide (see attached draft PWS). The contractor shall furnish all labor, tools, equipment, and material necessary to accomplish the requirements. Work under this contract will require security clearances of Secret and Top Secret. For reference purposes, the solicitation, when issued, will be numbered FA2517-12-R-9006 and will be a Request for Proposal (RFP). A best value source selection will likely be the method of contractor selection. It is anticipated the contract(s) will have a five-year performance period. The program is valued at approximately $12 million. This HEMP protection program spans across various mission systems, sites and facilities. The Government is contemplating award of one firm fixed price contact. The Government has determined that the North American Industry Classification Systems (NAICS) code most appropriate for this procurement is 517110, Wired Communications Carriers. The small business size standard is 1,500 employees. No decision has yet been made regarding the small business strategy for this contract. Small businesses wishing to influence the Contracting Officer’s decision regarding a small business set-aside are urged to respond to this announcement and the attached market research questions via e-mail to jeane.steed@us.af.mil. If this procurement results in a small business set-aside, 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 the small business prime contractor alone. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website, FedBizOps (FBO) at http://www.eps.gov. It is incumbent upon interested parties to review the site frequently for any updates and amendments to any and all documents. Although a deviation is currently in place for registration in the System for Award Management (SAM), formerly Central Contractor Registration (CCR), and for FAR 52.204-8, Annual Representations and Certifications, offerors should note this deviation is provisional, and requirements for registration in this system at http://www.sam.gov will recommence at some point. Your response to the attached market research questions is certainly appreciated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-R-9006/listing.html)
- Place of Performance
- Address: Peterson AFB, CO and locations noted in the PWS., United States
- Record
- SN02906274-W 20121004/121002234350-8e4b4975a0e36a81c74f594daadb5ce9 (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 |