Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOURCES SOUGHT

16 -- Open Mission Systems and Universal Command and Control Interface Standards Management and Pre-planned Product Improvement - Sources Sought XZ-18-0001

Notice Date
2/6/2018
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
XZ-18-0001
 
Point of Contact
Angela C. Pereira Duque, Phone: 9372557140
 
E-Mail Address
angela.pereira_duque.2@us.af.mil
(angela.pereira_duque.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought XZ-18-0001 PART I-III Sources Sought: #XZ-18-0001, OMS/UCI Collaborative Working Group The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. PROGRAM DESCRIPTION: The Open Mission Systems (OMS) and Universal Command and Control Interface Standards (UCI) Management and Pre-planned Product Improvement (P3I) program develops, updates (via P3I), maintains, and configuration controls the OMS and UCI standards, collectively referred to as the open architecture (OA) standards. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet Wright Patterson AFB (WPAFB) Open Mission Systems (OMS) and Universal Command and Control Interface (UCI) Standards Management and Pre-planned Product Improvement (P3I) requirement. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Furthermore, WPAFB is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor the FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: 1. Attached below is a document containing a description of the requirement, Business Information Survey, and a Capability Survey, which allows you to provide your company's capabilities. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. 3. Both large and small businesses are encouraged to participate in this Market Research. 4. Questions relative to this market survey should be addressed via email to Angela C. Pereira Duque (AFLCMC/XZ), angela.pereira_duque.2@us.af.mil no later than 3:00 PM EST on 14 February 2018. Verbal questions will NOT be accepted. 5. If your company is interested, submit your responses to angela.pereira_duque.2@us.af.mil. E-mail responses should be received no later than 3:00 PM EST on 23 February 2018. E-mail responses shall not be larger than five (5) MB. 6. All responses must be UNCLASSIFIED; no classified material will be accepted or considered with this Sources Sought. The response to Part II. Business Information should be single spaced, 12pt font. The response to Part III. Capabilities Survey should be limited to no more than 10 pages (8.5x11 inches), single spaced with 1 inch margins, and 12pt font and should focus primarily on the questions in the Capability Survey. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. Responses to questions from interested parties will be promptly answered and posted on the FedBizOps website, unless some release of proprietary information is involved or the answer addresses a question specific to a company or that company's response. Post-submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to respondents to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/XZ-18-0001/listing.html)
 
Place of Performance
Address: 2275 D St., WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04812079-W 20180208/180206231533-1ff99c41cd5b6f1779e120c7f87de4ee (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.