SOURCES SOUGHT
D -- COLT Support Services - Capabilities Matrix - Draft PWS
- Notice Date
- 2/12/2015
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- F4FFBH5027B001
- Archive Date
- 3/7/2015
- Point of Contact
- Chase E. Ralston, Phone: 9376567330
- E-Mail Address
-
chase.ralston@us.af.mil
(chase.ralston@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS Capabilities Matrix This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements for providing AFSC/LGPM support in operating, maintaining, and enhancing the COLT (Customer-Oriented Leveling Technique) and PDL (Proactive Demand Leveling) systems. A proposed draft Performance Work Statement and Capabilities Matrix are attached to provide respondents a better understanding of the needs of AFSC/LGPM and the respondent's potential ability to meet the Government's requirements. Due to the highly technical nature of COLT and PDL, AFSC needs contractor support to provide the specialized analytical skills necessary to operate, maintain and enhance COLT and integrate it into the AFSC's enterprise-level processes. The Air Force installations where service will be provided may require contractor personnel to travel to these locations. The period of performance will be 12 months, beginning on 18 June 2015 and ending on 17 June 2016. The Air Force anticipates a Firm Fixed Price contract to be awarded. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 541519, size standard $27,500,000.00. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their CCR. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. The capabilities package should include a completed Capabilities Matrix and can also include a Capabilities Document. Interested contractors shall review and fill-in the attached Capabilities Matrix. The Capabilities Document should be brief and concise (no more than 8 pages), yet clearly demonstrate an ability to meet the stated requirements cited above and in the attached Performance Work Statement. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Please submit one (1) electronic Microsoft Excel copy of your completed Capabilities Matrix and one (1) electronic PDF copy of your completed Capabilities Document via email to Chase Ralston at Chase.Ralston@us.af.mil. Responses shall be submitted no later than 12:00 PM EST 20 February 2015. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. If you have any questions, you may contact Chase Ralston at Chase.Ralston@us.af.mil or the Contracting Officer, Tim Hayes at Timothy.Hayes.1@us.af.mil. Attachments: 1. Capabilities Matrix 2. Draft PWS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FFBH5027B001/listing.html)
- Record
- SN03642034-W 20150214/150212235832-4c40e19c34b488dc856ca739f251446a (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 |