SOURCES SOUGHT
70 -- N-ITSS Bridge - Sources Sought Attachment
- Notice Date
- 7/27/2015
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management 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
- FA860415C7016
- Archive Date
- 8/27/2015
- Point of Contact
- Breeana Dixon, Phone: 9376567373
- E-Mail Address
-
breeana.dixon@us.af.mil
(breeana.dixon@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Capability Matrix Capability Package Performance Work Statement National Air and Space Intelligence Center (NASIC) Information Technology (IT), Communication, Multimedia (MM) and Information Management (IM) Equipment and Services Support PURPOSE: 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 Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements for providing Information Technology (IT), Communication, Multimedia (MM) and Information Management (IM) equipment and services in support of the Center's numerous missions. Please review, in this order, the Sources Sought Synopsis, the Performance Work Statement (PWS), the Capabilities Package and the Capabilities Matrix spreadsheet. NAICS CODE: 541513 SIZE STANDARD: $25M BACKGROUND AND PURPOSE OF REQUIREMENT: The National Air and Space Intelligence Center (NASIC) at Wright Patterson Air Force Base (WPAFB) has a requirement for information technology support. Required support shall include Communications Focal Point (Help Desk) staffing support, network hardware support, server, workstation, laptop and peripheral support, access control, storage and backup support, multimedia support, video teleconference support, conference center coordination support, Windows system administration support, Unix/Linux system administration support, and storage and backup administration. All work shall be performed at Wright Patterson Air Force Base (WPAFB), Fairborn, Ohio, Springfield Air National Guard Base, Springfield, OH and other AF JWICS areas of responsibility, as required. The majority of work that shall be provided will occur at one of NASIC's facilities at WPAFB. On-site support shall also be required at other locations on WPAFB. Many of the Center's buildings are multi-story structures. The Air Force anticipates issuing a contract with an eight (8) month base period with two (2) two (2) month options. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation. CAPABILITY PACKAGE REQUIREMENTS: 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), women-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). All prospective contractors must be registered in the <del datetime="2015-07-23T13:53" cite="mailto:LEAVITT,%20JULIE%20K%20GS-13%20USAF%20AFMC%20AFLCMC/SB"> S y st e m f or Aw ar d M a n a g e m e nt ( S AM) d a t a b a se to be a w a r d e d a DoD c ont r a c t. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. 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. Interested contractors shall review, fill-in and return the attached Capabilities Matrix; and, submit a capabilities document. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. 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 and how the contractor will finance these operations. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to breeana.dixon@us.af.mil. Statements should be submitted no later than 3 Aug 2015 by 11:59 PM, DST. Limit responses to a total page limit of 30 pages. Each page shall be formatted for 8 1/2" x 11" paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit one (1) hardcopy and one (1) copy in PDF format via email to breeana.dixon@us.af.mil. 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 Breeana Dixon at breeana.dixon@us.af.mil. See attached: PWS Capabilities Package Capabilities Matrix
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA860415C7016/listing.html)
- Place of Performance
- Address: Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03811152-W 20150729/150727234812-503f9a24ca939976e6c41a0a55631216 (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 |