SOURCES SOUGHT
R -- AFICA Air Carrier Analysis Support System, Application & System Support - Performance Work Statement
- Notice Date
- 12/7/2016
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- FA4452-18-R-ACAS
- Point of Contact
- Harold E. Fry, Phone: 6182569950, Sarah C. Myers, Phone: 618-256-9948
- E-Mail Address
-
harold.fry@us.af.mil, sarah.myers.3@us.af.mil
(harold.fry@us.af.mil, sarah.myers.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Air Carrier Analysis Support System (ACAS) Application & System Support Performance Work Statement (PWS) The 763 d Specialized Contract Squadron (763 SCONS) is seeking sources for: Air Carrier Analysis Support System (ACAS) Software Maintenance. CONTRACTING OFFICE ADDRESS: 763 d Specialized Contracting Squadron 507 Symington Drive Scott AFB, IL 62225 INTRODUCTION : This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. CONTRACT/PROGRAM BACKGROUND: Contract Number: FA4452-14-C-0008 Contract Type: Firm Fixed Price (FFP) Incumbent and their size: NCI Information Systems, Inc., Large Business Method of previous acquisition: Full and Open Competition DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. DESCRIPTION: 763 SCONS is conducting market research to determine qualified, experienced, and interested sources to provide ACAS system upgrade releases to address functional community enhancements; architectural and performance tuning; and changing enterprise and security environments. The information requested by this Sources Sought will be used within the Air Force (AF) to facilitate decision making and will not be disclosed outside the agency. REQUIRED CAPABILITIES: Capability Information should include a brief description of experience (Commercial or Government) in providing the requirements similar in size and scope to those described in the attached Performance Work Statement (PWS). The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than 15 pages. The 15 page limit includes the past performance references/narratives requested to substantiate the Vendor Capabilities. SPECIAL REQUIREMENTS: All personnel assigned to this task shall be a United States citizen and shall possess a minimum of a SECRET Security Clearance as of contract award date. The contractor shall comply with all appropriate provisions of the security regulations. Specific security requirements are identified in the DD Form 254 (Department of Defense Contract Security Classification Specification) and the DOD National Industrial Security Program Operating Manual (DOD 5220.22-M). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511 Custom Computer Programming Services, with the corresponding size standard of $27.5 million in average annual receipts. The intent of this Sources Sought is to obtain information of capable small business concerns; however, large businesses are not precluded from responding. The Government is contemplating use of a FFP contract type. However, as no acquisition plan has been approved, the procurement strategy is subject to change. Additionally, there is currently no timeframe for potential RFP release. Approximate start date, assuming a contract is issued, would be 1 Aug 18. INFORMATION REQUESTED: Responses should include ( Total submission should not exceed 15 pages) : •1) Business name and address; •2) Name of company representative and their business title; •3) Business Size and Type of Small Business (if applicable); •4) Cage Code; •5) DUNS Number; •6) Subcontractor(s) Agreement (if applicable) •7) Brief capabilities statement package demonstrating ability to perform the services listed in the attached PWS as well as the following: •a. The table below lists all of the main technical/task requirements of the Draft PWS attached. Identify the percentage of the task that your organization can accomplish and reference included supporting information which demonstrates your capabilities to meet that percentage. Supporting information shall not reiterate the language of the tasks provided in the PWS, but rather, it should provide details regarding your company's capabilities to execute these tasks. Past performance information that is related to the tasks in the Draft PWS is requested if available but is not required. PWS Task PWS Para Percentage Supporting Documentation Reference (Page and Paragraph) Task 1 - ACAS Program Support 3.2 - 3.2.4.11 Task 2 - Custom Application Services 3.3 - 3.3.12 Task 3 - Sustainment Environment Maintenance 3.4 - 3.4.9 CMMI Level 3 certified? Yes No •b. Major Risks: Identify any major performance, schedule, or cost risks anticipated. •c. If a small business under the identified NAICS code please indicate the approximate percentage of the requirement your firm is able to perform. If a large business, please identify an appropriate percentage, if any, for small business subcontracting opportunities. This requirement has historically included a 25% small business goal. We are anticipating increasing this goal to 30%. Please provide an opinion of the suitability of this goal and the task areas you identify that would lend themselves to subcontracting with small businesses. •d. Any PWS comments/concerns or potential performance issues you would like the Government to consider. •e. Statement of intent regarding submitting a proposal in response to any resulting RFP. •f. Other contract vehicles that would be available to the Government for the procurement of these services. •g. All questions regarding this Sources Sought shall be submitted in writing by email to harold.fry@us.af.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 19 Dec 16 will be answered. SUBMISSION INFORMATION: Interested vendors submission must be clear, concise, complete, and submitted via email no later than 12:00 PM Central Time on 23 Dec16 to harold.fry@us.af.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personal reviewing Sources Sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-18-R-ACAS/listing.html)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN04345787-W 20161209/161207234322-e470a60f111ccabf293c64862a52a167 (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 |