SOURCES SOUGHT
R -- Management and operation of the Air Combat Command, Air Operations Squadron (AOS), Aircraft Delivery Control Flight, 24-hour Mission Control Center (MCC) located at Langley Air Force Base, Virginia. - Attachment 1, PWS - Attachment 2, Market Research Questionnaire
- Notice Date
- 1/27/2016
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- FA4890-16-R-0004
- Archive Date
- 3/2/2016
- Point of Contact
- Marlese Yelardy, Phone: 7572251583, Imelda A Reantaso, Phone: 757-225-5797
- E-Mail Address
-
marlese.yelardy@us.af.mil, imelda.reantaso.1@us.af.mil
(marlese.yelardy@us.af.mil, imelda.reantaso.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Commercial item determination market research questionnaire. AOS MCC Draft PWS and DD254 Sources Sought Notice for Information Only: This Sources Sought Notice is issued for informational and planning purposes only. This is not a Request for a Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract; however it is the responsibility of the interested parties to monitor the Federal Business Opportunity website/ FedBizOpps for all subsequent postings. The Air Combat Command Acquisition and Management Integration Center (ACC AMIC) is currently conducting market research to locate qualified, experienced and interested potential sources. The information requested by this notice will be used within the Air Force to facilitate decision making and will not be disclosed outside of the government. This request for information is in accordance with the acquisition policy as stated in Part 10, Market Research, of the Federal Acquisition Regulation (FAR) that market research may involve interactive on-line communication between government and industry. AMIC is seeking information concerning the availability of capable contractors to provide service for the management and operation of the Air Combat Command, Air Operations Squadron (AOS), Aircraft Delivery Control Flight, 24-hour Mission Control Center (MCC) located at Langley Air Force Base, Virginia. Please see the draft Performance Work Statement (PWS) and draft DD 254 (Attachment 1) for size, scope and complexity of this requirement. A draft RFP will not be posted for this requirement. The period of performance will cover a 2-month Phase-In, 1-Base Year and 4 One-Year options. The Government expects to make an award on or about 15 Jul 16, with the 2-month Phase-In of 1 Aug - 30 Sep 16 and actual performance start date of 1 Oct 16. If your firm is capable of providing the service as described in this notice and the draft PWS, please submit the following information to Marlese Yelardy, marlese.yelardy@us.af.mil and Imelda Reantaso, imelda.reantaso.1@us.af.mil, by 1:00 p.m. Eastern Standard Time on 16 Feb 16: 1. Company cage Code, DUNS, name, address, point of contact, telephone number and email address; 2. Please indicate which North American Industry Classification System (NAICS) code(s) your company usually performs under Government contracts; 3. GSA schedule holders should identify their GSA schedule information which supports the services described in this sources sought announcement. 4. Capabilities Package (no more than 10 pages total). Package should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives and address the following areas: a) Do you intend to submit a proposal as a prime contractor for this requirement? b) Submit evidence of experience and ability to provide management, supervision, labor, training, tools, equipment, transportation and materials necessary to operate the AOS. Provide references and points of contact. c) Please include brief information on your company's technical and financial resources to be able to meet the program requirements of this nature and size as detailed in the documents posted to the Federal Business Opportunities website. d) Please address your company's ability to manage and integrate subcontract efforts. e) Specifically address the up-front capital investment and ability to hire qualified personnel, Management Plan experience and Quality Control capabilities to provide and maintain an inspection system that meets the Government's inspection/quality requirements. f) Is your company certified as a small business concern as specified for the service industries with NAICS Code 488190, Other Support Activities for Air Transportation, with a corresponding size standard of $32.5M. If you are requesting a set-aside action other than a small business set-aside, please identify the appropriate set-aside program for which you wish to be considered. This information will only be used for market research and acquisition strategy purposes and will not be used for proposal evaluation once the RFP has been posted. All information received will be protected and safeguarded as Source Selection information in accordance with FAR 3.104, Procurement Integrity. Again, please submit your responses via email to, marlese.yelardy@us.af.mil and imelda.reantaso.1@us.af.mil, by 1:00 p.m. Eastern Standard Time (EST) on 16 Feb 16. Further, we are conducting Market Research to determine whether or not this requirement should be procured as Commercial versus Non-Commercial. We are requesting all potential offerors to complete Attachment 2 and return with their responses. This attachment is in addition to all other requested information stated within this notice. The information acquired from such Market Research will be used to determine whether the requirement should remain a Commercial acquisition. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-16-R-0004/listing.html)
- Place of Performance
- Address: Langley AFB, Langley, Virginia, 23665, United States
- Zip Code: 23665
- Record
- SN04001938-W 20160129/160127234018-52d76e675fd2eafda7bb943e77e40654 (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 |