SOURCES SOUGHT
D -- Enhanced non-attributable Development Cababilities & Support - RFI
- Notice Date
- 8/16/2013
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, JBSA Lackland - 802d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- LGCAD-5-0279
- Archive Date
- 9/4/2013
- Point of Contact
- Andrew Sorensen, Phone: 210-671-1726
- E-Mail Address
-
andrew.sorensen.1@us.af.mil
(andrew.sorensen.1@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Questionnaire The 802d Contracting Squadron at Joint Base San Antonio (JBSA) - Lackland is seeking sources capable of providing personnel, materials, supervision, and other items necessary to perform the services identified in the performance work statement. This notice is for planning purposes only and shall NOT be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services, and does NOT constitute a commitment (implied or otherwise) that a procurement action will be issued. The purpose of this request for information is to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. Only small businesses concerns classified as 8(a) are encouraged to participate in this survey. The NAICS code associated to the services is 541511 and the size standard is $25.5M. Responses to this notice are strictly voluntary. The Government is not liable for any costs incurred by interested parties in responding to this request for information. Interested parties are encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. DESCRIPTION OF SERVICES : The mission of the Air Force Office of Special Investigations (AFOSI) is to provide professional specialized investigative services for the protection of U.S. Air Force (USAF) and Department of Defense (DoD) personnel, operations, and material worldwide. The purpose of this services contract is to provide information technology (IT) capabilities and deliverables that shall result in a proactive and predictive analysis and reporting of threat information. The contractor shall maintain and enhance, in coordination with the Government, existing computer technology capabilities currently used by AFOSI personnel in support of Law Enforcement/Counterintelligence/Counterterrorism (LE/CI/CT) investigations and other online activities. These activities are conducted to collect and identify threats to Air Force assets worldwide. The contractor shall maintain the current eNIAP infrastructure and website design and development capabilities, and enhance these capabilities through further design, development, implementation, integration, testing, and deployment so that AFOSI personnel may continue LE/CI/CT activities using these capabilities. The contractor shall provide continuous follow-on hardware and software maintenance, support, and upgrades for deployed systems. The contractor shall incorporate state of the art new or enhanced requirements and functionality into the systems at a time to be determined through coordination with contractor and Government personnel. The contractor shall implement the approved changes consistent with accepted software management methods used for block cycle changes including adequate regression testing. The contractor shall update and submit any documentation affected by the changes and disseminate upgrades and documentation to AFOSI personnel. The location of performance will be at a government leased SCIF facility: San Antonio, TX 78227 and a government owned SCIF facility located at JBSA Lackland, TX. Contractors are requested to provide the information included in the attachment (Request For Information) as part of the response to demonstrate a capabilities statement. All questions and responses to this notice must be submitted in writing to Andrew Sorensen via email ( andrew.sorensen.1@us.af.mil ) or Ann Coleman ( dorothy.coleman@us.af.mil ). Electronic responses shall be submitted in MS Word or Adobe PDF format not later than 20 August 2013 at 5:00 PM (CST). Respondent will not be notified of the results of the information; however, the contracting officer will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine the applicable planning and acquisition strategy based on responses from 8(a) small business indicating an interest in responding to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/LGCAD-5-0279/listing.html)
- Place of Performance
- Address: JBSA - Lackland, Medina Annex, Lackland, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN03152392-W 20130818/130816235053-aa9e5a5378a575e30b9846cbfc07761a (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 |