SOURCES SOUGHT
D -- AFSOC Specialized & Automated Mission Suite Enterprise Training System (SAMS-ETS) - SAMS ETS SOO Draft
- Notice Date
- 12/2/2016
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA0021-17-R-0006
- Point of Contact
- Maria Jaine A. Sipin, Phone: 8508847829, Lauren K. Sydnor, Phone: 8508844773
- E-Mail Address
-
maria_jaine.sipin@us.af.mil, lauren.sydnor.1@us.af.mil
(maria_jaine.sipin@us.af.mil, lauren.sydnor.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SAMS ETS SOO Draft THIS IS A SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION (RFI) and NOT a Request for Proposals (RFP) OR a commitment by the US Government. Offers or proposals will not be accepted. This is not a presolicitation, or solicitation. Additionally, this notice does not obligate the Government to award a contract and, it does not obligate the Government to pay for any bid and/or proposal preparation costs. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is not solicitation available at this time. PURPOSE OF NOTICE: This is one of the initial steps in the planning process for the Air Force Special Operation Command (AFSOC) Specialized & Automated Mission Suite Enterprise Training System (SAMS-ETS) acquisition. The Air Force Installation Contracting Agency (AFICA) 765th Specialized Contracting Flight (SCONF) supporting Headquarters Air Force Special Operations Command (HQ AFSOC) at Hurlburt Field, Florida anticipates releasing a Full and Open Request for Proposal (RFP) under solicitation number FA0021-17-R-0006, with a draft RFP release anticipated in January 2017. The requirement for SAMS-ETS is to provide contractor support to create the Enterprise Training System (ETS) by leveraging on existing and new information technology and other systems. The anticipated, applicable North American Industry Classification System (NAICS) codes for this acquisition is 541512, and the small business size standard is $27.5 million in annual gross receipts. BRIEF DESCRIPTION OF SERVICES: The requirement for SAMS-ETS is to provide contractor support to create the Enterprise Training System (ETS) by leveraging on existing and new information technology and other systems. ETS is not limited to a specific functional community or unit, but is not intended to provide standard education and training capabilities across all AFSOC entities. ETS shall enable AFSOC users to accomplish the following enabling areas (EA): • Create, control, store, and deliver courses and content, globally for a variety of users and devices • Manage formal and in-formal students, courses, and content • Have access to and use standardized and interoperable tools that: o Leverage advanced individual and classroom learning and presentation systems o Leverage advanced virtual, augmented reality, and gaming technologies o Leverage mobile computing • View and track individual and unit education & training status via information that is rolled up and presented in tailored views. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the SAMS-ETS effort. The anticipated SAMS-ETS solicitation will be: - Full and open competition - Firm Fixed Price Contract - Estimated 4 year contract with a 2-year base and two 1-year options. o The 2-year base will consist of successive 122 capability blocks that culminate at the end of the two year base period. o Two 1-year options are for sustainment. - Basis of award will be Best Value/Trade-Off in the technical approach that offers the best solution for an accelerated delivery and innovation. Please refer to the attached draft SOO for more information. ORGANIZATIONAL CONFLICT OF INTEREST: Organizational Conflict of Interest (OCI) as defined in Federal Acquisition Regulations (FAR) Subpart 9.5, Organizational and Consultant Conflicts of Interest, is a concern in all acquisitions across the Department of Defense. Interested vendors are requested to evaluate any potential OCI issues with regard to this requirement for the required services, and the Vendor shall self-identify any OCI issues, as stated in FAR Subpart 9.5 to the Contracting Officer (CO). This will assist the CO in determining if the vendor will need to submit an OCI Mitigation Plan for any solicitation that might result from this notice. SUBMISSION DETAILS: Vendor responses should address the following questions: 1. Company name, cage code, address, point of contact, phone number, email address 2. Identification of whether the company is currently designated as a Small Business as defined in FAR Part 19.1 and the appropriate category(ies) (i.e. 8a, HubZone, etc.) 3. Company description of relevant capability to provide services IAW the SOO. A brief history of the organization. 4. Company's prior experiences and innovative approaches in providing the services relevant to the SOO requirements. 5. Company's potential teammates/subcontractors (if required to ensure success) 6. What, if any, risks or unknowns would hinder your ability to meet the requirements? 7. What contract strategy would you recommend to include period of performance periods, renewal options, pricing adjustment mechanisms, contract type, basis of award, etc? Please include your rational. 8. What critical evaluation criteria would differential companies' capabilities? Explain your rational.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a03223f963cc4ccb121a273463ef3d2d)
- Place of Performance
- Address: Hurlburt Field, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN04341716-W 20161204/161202234137-a03223f963cc4ccb121a273463ef3d2d (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 |