SOURCES SOUGHT
R -- Technical and Program Management Acquisition Support - Statement of Work LRSO
- Notice Date
- 3/29/2013
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- AFNWCLRSO
- Archive Date
- 4/28/2013
- Point of Contact
- Julia E Johnson, Phone: 5058464904, Jason J Evans, Phone: 5058464188
- E-Mail Address
-
julia.johnson@kirtland.af.mil, jason.evans@kirtland.af.mil
(julia.johnson@kirtland.af.mil, jason.evans@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- LRSO Support Statement of Work SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PZID, Kirtland AFB, Albuquerque, NM, seeks potential business sources to perform non-personal services to support Technical and Program Management Acquisition Support for AFNWC customers. The AFNWC/PZID reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the AFNWC/PZID to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. Firms responding to this announcement must be registered in System for Award Management (SAM). The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. The proposed effort is anticipated to be a firm-fixed price contract with a base period with possible option years. The North American Industry Classification System (NAICS) code for this acquisition is 541990, All Other Professional, Scientific and Technical Services. The small business size standard for this NAICS code is $14.0 million. The following services are required by the Air Force Nuclear Weapons Center Nuclear Capabilities Directorate: *See DRAFT Statement of Work (Attached). Interested businesses shall provide the following information: 1. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e-mail address. 2. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). 3. Capability to provide qualified and experienced personnel at the Top Secret personnel and facility clearance level. 4. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar requirements of the SOW, specifically experience working the joint DoE/6.X and DoD 5000.2 processes and nuclear weapon development and/or Life Extension Programs? If yes, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to the DRAFT SOW. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage (Recent and relevant experience during the last five years). 5. Describe your technical capabilities in working joint DoE/6.X and DoD 5000.2 processes, nuclear weapon development, and Life Extension Programs (Recent and relevant experience during the last five years). 6. Describe your capabilities to support complex program integration/scheduling and systems engineering. Describe successful efforts your company has supported and whether that support was in the role of a Prime, Subcontractor or other teaming arrangement. (Recent and relevant experience during the last five years). 7. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a contract in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? 8. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 8 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 4:00 PM (MST) on 13 April 2013 via Email. Questions and responses should be addressed to the Primary POC Ms. Julia Johnson, via Email at julia.johnson@kirtland.af.mil. The alternate POC for this requirement is Jason Evans, reached via Email at jason.evans@kirtland.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/AFNWCLRSO/listing.html)
- Place of Performance
- Address: See Statement of Work, Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN03023841-W 20130331/130329234126-9ac9b7b14ffb8fb55d2edded29028e54 (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 |