SOURCES SOUGHT
R -- Expeditionary Contracting and FM Support - PWS
- Notice Date
- 4/11/2018
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 129 Andrews Ave, STE 110, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA4890-18-R0021
- Point of Contact
- Lisa T. Pena, Phone: 7572254525, Ronda Wilson, Phone: 757-764-9354
- E-Mail Address
-
lisa.pena.2@us.af.mil, ronda.wilson@us.af.mil
(lisa.pena.2@us.af.mil, ronda.wilson@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement 1. THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This announcement closes 10:00 a.m. Eastern Time on 17 Apr 2018. The Government is seeking industry input from all sources to assess market capability to provide the services outlined below. Small business concerns are highly encouraged to respond to this request in order for the Government to determine if this acquisition should be set aside for small businesses under the auspices of the Federal Acquisition Regulation (FAR) Part 19; or be full and open competition. The applicable North American Industry Classification System (NAICS) for this requirement is 541611 (Administrative Management and General Management Consulting Services) with a size standard of $15.0. Interested parties must be registered under NAICS 541611 in SAM (System for Award Management) at www.sam.gov, formerly known as CCR (Central Contractor Registration). The Government plans to consider all information submitted in response to this Sources Sought notice. 2. The U.S. Air Forces, Air Combat Command, Acquisition Management and Integration Center (ACC AMIC), Langley AFB VA, is in the process of determining the acquisition strategy to obtain advisory and assistance services (AA&S) to provide all labor necessary to perform basic contracting support to base-level United States Air Forces Central (USAFCENT) Expeditionary Contracting Squadrons (ECONS) at five (5) locations (Al Udeid Air Base (AB), Qatar; Al Dhafra AB, UAE; Ali Al Salem AB, Kuwait; Muwaffaq Salti AB, Jordan; and Al Jaber AB, Kuwait), and to provide financial management support to base-level USAFCENT FM Offices at three (3) locations within the USAFCENT Area of Responsibility (AOR). Background: The United States Central Air Force (USCENTAF) and its subordinate units provide decisive air and space power for the United States Central Command (USCENTCOM), Air Combat Command (ACC) and the United States Air Force. Together they organize, train, equip, and maintain combat-ready forces for rapid deployment and employment while ensuring strategic air defense forces are ready to meet the challenges of peacetime air soveignty and wartime air defense. United States Air Forces Central (USAFCENT) Expeditionary Contracting Squadrons (ECONS) provide contracting support to the local wing commander. The squadrons solicit, award, and administer construction, services, and supply contracts. The squadrons also perform studies to award competitive sourcing and privatization contracts, and manage the Government-Wide Purchase Card (GPC) program. Contract and GPC program administration requires all applicable Federal Acquisition Regulation (FAR), Department of Defense (DoD) and Air Force policies are appropriately adhered to. The Contractor shall provide administrative support to base-level USAFCENT ECONS in the USAFCENT Area of Responsibility (AOR). USCENTAF/FM (Comptroller) provides a full spectrum of financial management (FM) services needed to support deployed units and personnel. The financial managers deployed to USCENTCOM base locations rotate every four to six months and are trained but have limited experience and continuity in both manual and automated war time financial management and processing. To account for the gap in knowledge, experience and continuity in many deployed personnel, a prime objective for USCENTAF/FM is for this task order to supplement the team composition to maintain a sufficient force of senior level FM functional experts capable of providing support and mentoring. This purpose will be to ensure the deployed FM community can execute their wartime mission efficiently, effectively and with precision. 3. The Government is contemplating a "C" contract-type with Firm Fixed Priced, Level of Effort line items to fulfill this requirement. However a determination of contract type has not yet been made. Additionally, for this requirement, the Contractor shall be responsible for Expeditionary Contracting Office and Financial Management Support as outlined in the draft Performance Work Statement (PWS). The Contractor shall maintain Government furnished property (GFP). 4. Performance will consist of a 60-day Phase-In/mobilization period, one base period with one (1), pre-priced 12 month option, and one optional six month extension. The Government anticipates making award on or about 06 Jun 2018, with the Phase-In/Transition period from 06 June 2018 - 05 Aug 2018 with contract performance to start 05 Aug 2018. The Request for Proposal (RFP) is expected to be released on or about 23 Apr 2018. Please note: This is an estimated posting timeframe and it is the responsibility of the interested parties to monitor the Federal Business Opportunity (FBO) website at www.fbo.gov for all subsequent postings. A PWS is posted in conjunction with this notice to provide the size, scope, and complexity of this requirement. 5. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. All interested parties should submit a capabilities package (limit of no more than 10 pages total) outlining their key business abilities relevant to the performance of this requirement. Please include in your capabilities package any prior performance of similar services in similar location. Note for Small Business Concerns: Offerors responding to this notice as a small business concern must be registered in SAM under NAICS 541611. 6. Please include the following information about your organization in your response and answer the following questions: Do you intend to submit a proposal as a prime contractor for this requirement? If you intend to submit a proposal as a prime contractor do you need 30 days to propose? Do you anticipate any problems with acquiring and retaining a trained workforce to support the level of effort described in the draft PWS? What changes, if any, do you suggest we make to the draft PWS to allow for a more performance-based requirement? Name of Organization Address Telephone Number Point(s) of Contact E-Mail Addresses Cage Code DUNS Number Size of Business: __________Small ____________Large Business Size Status: SBA 8(a) Business Development Program Concern: __________ Historically Underutilized Business (HUB) Zone Concern __________ Small Disadvantaged Business Concern: _______________ Veteran-Owned Small Business Concern: _____________ Service-Disabled Veteran-Owned Small Business Concern: __________ Women-Owned Business Concern: _____________ Economically Disadvantaged Women-Owned Small Business Concern: _________ 7. The internet and e-mail shall be used as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation acknowledging receipt of information submitted. If you have difficulty in emailing your response and/or confirmation of receipt is not received, then you are encouraged to contact Ms. Ronda Wilson at (757) 764-9354 or (757) 225-1898. 8. All interested parties should submit a written (limited to 10 pages total) outlining their capabilities relevant to the performance of this requirement. Please submit the requested information to this office by the closing date and time to Ms. Ronda Wilson at ronda.wilson@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-18-R0021/listing.html)
- Place of Performance
- Address: various locations, United States
- Record
- SN04885177-W 20180413/180411230623-c8ae529e9a75de274cde9f220571c6a5 (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 |