Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2016 FBO #5285
SOURCES SOUGHT

R -- SIB Digitized Project - SIB Digitized Project DRAFT PWS

Notice Date
5/11/2016
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 377 MSG/Contracting Division, 377 MSG/Contracting Division, 8500 Gibson SE, BLDG 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA9401-16-R-SIBDigitized
 
Point of Contact
BRIAN J. CLARK, Phone: 5058465703
 
E-Mail Address
brian.clark.6@us.af.mil
(brian.clark.6@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS for Digitized SIB Project - Please provide feedback/questions SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation or proposal. DO NOT submit a quote or proposal in response to this synopsis. The 377th MSG/Contracting Division, Kirtland AFB, Albuquerque, NM, seeks potential business sources to perform the following: AFSEC currently maintains over 13,000 microfilm reports on approximately 1,100 microfilm tapes, plus approximately 2,687 Aviation, 261 Explosives, 481 Missile, 20 Space, 400 Ground/Occupational hardcopy reports, and approximately 288 CD reports (paper reports were phased out from 2002-2009 in favor of CD reports, and since 2009 have been maintained in a digital database). There are also approximately 90 VHS tapes included as part of some of the mishap reports. The microfilm and paper reports and VHS tapes are rapidly deteriorating and consuming a very large amount of AFSEC's limited shelf space. This effort seeks to preserve these unique and important records and facilitate management of them by converting the microfilm and paper records and the CD copies into a digitized product that can be backed up and is quickly searchable and recoverable based on a variety of parameters that include but are not limited to: Year/Month/Day, Aircraft Type, Tail Number, Pilot Name, Mishap Location/Base, AvSAS/AFSAS Number. See uploaded "DRAFT" Performance Work Statement (PWS). The 377 MSG/Contracting Division reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. To make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services, described in the statement of need below. Firms responding to this announcement must be registered in the System For Award Management (SAM) and should include company name, cage code, point of contact, address and indicate if it is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business. The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. The proposed contract is anticipated to be a firm-fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 518210, and the size standard for small business is $32.5 Million. Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. D. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar requirements. If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this requirement. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. E. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a contract at one or more locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. G. Please provide feedback as well to the Draft PWS. Any questions or concerns you may have. Any areas of the PWS that you feel need to be developed further. Responses are limited to not more than 6 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 2:00 PM (MST) on 31 May 2016 via e-mail. Questions and responses should be addressed to the Primary POC Mr. Brian "Jason" Clark, via email, to brian.clark.6@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b7d33ee4dd02134ca670840c9478f2c)
 
Place of Performance
Address: Kirtland Air Force Base, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN04113764-W 20160513/160511234910-2b7d33ee4dd02134ca670840c9478f2c (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.