SOURCES SOUGHT
A -- RIF Support Services Contract - Draft PWS
- Notice Date
- 2/12/2016
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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
- FA8604-16-C-7011
- Archive Date
- 3/2/2016
- Point of Contact
- Dallas C. Strawsburg, Phone: 9376567424
- E-Mail Address
-
dallas.strawsburg@us.af.mil
(dallas.strawsburg@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Performance Work Statment 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 R&D software and support services for the Rapid Innovation Fund (RIF) Program at Wright-Patterson Air Force Base (WPAFB), OH 45433. This effort requires the contractor to be in place and performing all tasks described in the attached Performance Work Statement (PWS) no later than 1 March 2016. This requirement would entail the contractor to furnish all personnel, supervision, and other items necessary to perform support services tasks and functions. More specifically, this requirement entails the contractor to provide support throughout the entire AF RIF acquisition lifecycle. The contractor shall provide a senior level administrator and junior level staff to provide advisory, strategic planning, and comprehensive program management support to the AF through all aspects of AF RIF solicitation-award activities to include white paper/proposal submission, evaluation, final proposal selection processes, and awards tracking. The contractor will have to be in place and performing each of the above tasks as well as all tasks listed in the attached PWS no later than 1 March 2016. For this effort the Air Force anticipates the contract will have a twelve (12) month period to avoid a break in service due to delays in establishing the follow-on effort. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 15-Contracting by Negotiation and FAR Part 19-Small Business Programs. The National American Industry Classification System (NAICS) code for this action is 541712, size standard 500 employees. All prospective contractors must identify themselves as LB, SB, WOSB, 8(a), SDVOSB, VOSB or HubZone. All prospective contractors must be registered in the System for Award Management (SAM) database (www.sam.gov) to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM registry. All interested parties shall submit a capabilities package which demonstrates an ability to be in place and executing the tasks listed in the attached PWS no later than 1 March 2016. Interested contractors may also submit a 6-8 page 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. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL. Please submit one (1) electronic copy of your response to dallas.strawsburg@us.af.mil. Statements should be submitted no later than 4:00 PM EST on 16 Feb 2016. This requirement may be subject to FAR 52.219-14, Limitations on Subcontracting. 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 (RFQ), 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 Dallas Strawsburg at dallas.strawsburg@us.af.mil. Contracting Office Address: 2275 D Street Wright-Patterson AFB, Ohio 45433-7218 United States Place of Performance: Wright-Patterson AFB, Ohio 45433 United States Primary Point of Contact: Dallas Strawsburg, Contract Negotiator dallas.strawsburg@us.af.mil Phone : (937) 656-7426
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-16-C-7011/listing.html)
- Place of Performance
- Address: WPAFB, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN04019850-W 20160214/160212234716-da8dedfe872fc013d6b6051219bf51ab (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 |