Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOURCES SOUGHT

D -- PLANAR Digital Content Development and Maintenance Services - DRAFT RFI for PLANAR Digital Content Development and Management Services

Notice Date
2/15/2018
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
PLANAR_Content_Development_and_Management_Services
 
Point of Contact
Jennifer S. Ewers, Phone: 6612778475, Ashley O'Keefe, Phone: 661-277-3735
 
E-Mail Address
jennifer.ewers@us.af.mil, ashley.okeefe.2@us.af.mil
(jennifer.ewers@us.af.mil, ashley.okeefe.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS for PLANAR Digital Content Development and Management This announcement constitutes a Sources Sought Synopsis/Request for Information (RFI) to afford industry an opportunity to provide information regarding their capabilities to provide PLANAR® Digital Content Development and Management Services to perform at designated locations while maintaining consistency with mandatory federal, state, local, Department of Defense (DoD), and Air Force regulations, as applicable. The PLANAR® Content Development and Management Services are included in the attached DRAFT Performance-Based Work Statement (PWS). This is not a Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U.S. Government to form a binding contract. Parties that respond will not be paid for the information submitted. The Air Force is hereby requesting capability statements and other information from interested sources. GENERAL INFORMATION: Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition program. Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, including highlights of experience on similar government or commercial contracts/agreements. In addition, please indicate business size (Large or Small), cage code/DUNS, provide a list of any contracts or other agreements similar in nature, the program/project name, contract number or other identifier, administering office/address, and the point of contact with the current telephone number. The Government is requesting that interested offerors feeling they can fully support this requirement furnish the following information: (1) Company information, Name, CAGE Code, Address, Telephone number, Point of Contact(s), and email address. (2) Information should include a brief description of experience in providing the type of support described above and in the attached DRAFT PWS. Please include contract references relating to this requirement to include: contract number; agency supported; period of performance; original contract value; and point of contact with current phone number. The information 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. (3) Identification of business size and whether currently designated a small business as defined the Federal Acquisition Regulation FAR Par 19 and also currently listed in the SAM.gov system. Small business size standards are published by the U. S. Small Business Administration and may be found at https://www.sba.gov/content/small-business-size-standards. (4) The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Information packages should be limited to no more than 10 pages (12 pt. font, Times New Roman). Responses shall not be proprietary and will be unclassified. Interested firms are requested to submit the information no later than 2 March 2018. Replies to this RFI should be sent via email to Ashley O'Keefe, Contract Project Specialist, 412 EWG/EWS at ashley.okeefe.2@us.af.mil and Cc Phillip "PJ" Folson, Site Support Division Chief, 412 EWG/EWS at phillip.folson.2@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/PLANAR_Content_Development_and_Management_Services/listing.html)
 
Place of Performance
Address: 412th Electronic Warfare Group, 30 Hoglan Ave, Bldgs 1030 and 1020, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04824261-W 20180217/180215231352-04fd1d69a24aca42793cf0213c2218e5 (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.