Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOURCES SOUGHT

R -- Mission Planning and Flight Dispatch - RFI Attachments

Notice Date
9/12/2013
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-14-R-0004
 
Point of Contact
Katie S. Hoffmann, Phone: 6182569968, Jennifer L. Gasparich, Phone: 618.256.9966
 
E-Mail Address
katie.hoffmann@us.af.mil, jennifer.gasparich@us.af.mil
(katie.hoffmann@us.af.mil, jennifer.gasparich@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Performance Areas Mission Planning/Flight Dispatch Draft PWS The United States Air Force, Headquarters Air Mobility Command (HQ AMC) is seeking sources for the Mission Planning and Flight Dispatch effort. This sources sought is issued for information and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this sources sought. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this sources sought. This FedBizOpps notice is an announcement seeking market information on businesses capable of providing the services as described herein. AMC is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this sources sought will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a nine month base period, plus four one-year option periods. The estimated start date is January 2015. Portions of the Executive Airlift (EA) fleet have been dispatched by a commercial dispatch service for the last 13 years. This flight dispatch service provides a comprehensive portfolio of services commensurate with existing commercial airline 24/7 world-wide operations. The services facilitating daily aircraft operations are mission planning, diplomatic clearances, and dispatch services. A draft PWS is provided as an Attachment. Please note that this PWS is in DRAFT form and actual tasks required may change prior to solicitation. Please fill out the attached Performance Areas document to determine the percentage of tasks your company can provide. Identify the percentage of the task that your company can accomplish and reference included supporting information which demonstrates your capabilities to meet that percentage. Supporting information shall not reiterate the language of the tasks provided in the Draft PWS, but rather, it shall provide details regarding your company's capabilities to execute these tasks. Past performance information that is related to the tasks in the Draft PWS is requested if available. The acquisition strategy for this effort has yet to be decided. If your company has an interest in submitting a Capability Statement on the tasks described above, please respond no later than 12:00PM CST 15 Oct 13. Any questions must be submitted by 4:00PM CST 4 Oct 13. Please provide your questions and Capability Statement to Ms. Katie Hoffmann, Contract Specialist, katie.hoffmann@us.af.mil. The Capability Statement should include the following general information and technical background describing your firm's experiences in contracts requiring similar efforts to provide the above services. Please use no more than 15 type-written pages using 10-point type or larger. Published literature may be any number of pages. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, NAICS code, GSA schedules held, and CAGE code. 2. Identification of business size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, 8(a), service disabled veteran-owned small business, veteran-owned small business, woman-owned small business, HUB zone, minority-owned, etc.). 3. Anticipated teaming arrangements (if applicable). 4. Demonstrate your ability to support Mission Planning and Flight Dispatch as described above and in the Draft PWS. 5. Identify any major performance, schedule, or costs risks anticipated. 6. Identify the applicable North American Industry Classification System (NAICS) code typically used for this type of requirement. 7. Commentary/recommendations for improving or clarifying draft PWS requirements. 8. Identify anticipated labor categories and the number of full time equivalents (FTEs) required to support the requirements. 9. Identify anticipated contract type(s) required for performance of the PWS requirements. 10. Past/Current Performance Background as it relates to supporting the above requirement to include the following: a. Contract number b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Value of the contract(s) and Period of Performance e. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour f. NAICS code/small business size standard g. Any other information deemed useful to the Air Force
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-14-R-0004/listing.html)
 
Record
SN03186496-W 20130914/130913000334-5ddc8321cc0ff37a2c6a1667e3f6963d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.