Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
SOURCES SOUGHT

R -- MSAS Security Cooperation/Administrative Representative - Draft PWS

Notice Date
8/16/2018
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
87CONS_SCO
 
Archive Date
9/8/2018
 
Point of Contact
Mike Petty, Phone: 6097544768
 
E-Mail Address
michael.petty.5@us.af.mil
(michael.petty.5@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft PWS T his is a sources sought announcement only. This announcement shall not be construed as a commitment by the government to issue a solicitation or ultimately award a contract. Requests for a solicitation will not receive a response. The 87th Contracting Squadron (87 CONS) is conducting market research to determine the availability, interest and capability of potential sources qualified and able to compete for a contract to provide personnel to work with the country mission commanders or team leads to develop five-year country training plans to support U.S. Southern Command Theater Campaign Plan, Air Force Southern Command Country Engagement Plan and Department of State Country Plan security cooperation objectives. The work is located at Joint Base McGuire-Dix-Lakehurst, New Jersey (JB-MDL) and Travis AFB, CA. This acquisition is for the re-procurement of contractor services for both the 571st and the 818th Mobility Support Squadrons to assist long-term and strategic planning efforts by working with applicable commands and agencies to develop country and regional specific training plans. The scope of work includes, but is not limited to: aligning partner nation demand signals to relevant training plans, coordinating and deconflicting levels of efforts between staff agencies, interpreting and applying fiscal requirements and theater campaign plans to missions. The government is contemplating use of firm fixed-price CLINs however, no acquisition plan has been approved and the procurement strategy is subject to change. Additionally, there is currently no timeframe for an RFP release. Should a future requirement evolve from this preliminary planning process, it is anticipated the period of performance will be a one-year base period, with up to four one-year option periods. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the government. The government shall not reimburse the costs of preparing responses to this request for information/sources sought notice. The contractor will be required to perform all of the tasks in the attached draft performance work statement (PWS). The contractor shall provide a qualified and experienced subject matter expert (SME) for the requirement. The NAICS code for this requirement is 541611 - Administrative Management and General Management Consulting Services with a small business size standard of $15M. The current contract number is FA4484-17-F-0003. Interested and qualified sources should include a brief description of experience in providing requirements similar to those described in the draft PWS along with the following information: (1) company name, point of contact, e-mail address, telephone number, fax number, type of business and size (i.e. small business (SB), SBA section 8(a), historically underutilized business zones (HUBZone), women owned (WOSB), economically disadvantaged women-owned small business (EDWOSB) and/or service disabled veteran owned (SDVO); (2) a list of your most recent (within the past 5 years) and relevant DoD and/or commercial contracts (not to exceed ten) to include a contract number, brief description of effort, contract value, type of contract, period of performance and a POC(s) information; (3) information about your company and capability to perform these services. Send responses to 87 CONS/PKA, Attn: Mike Petty, 2402 Vandenberg Ave, JB-MDL, NJ 08641. Responses may also be submitted to Mike Petty via e-mail at michael.petty.5@us.af.mil in a PDF or Microsoft Word format. In order to be considered in this market survey, please reply by 4:00 p.m. (ET) on 24 Aug 18.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/87CONS_SCO/listing.html)
 
Place of Performance
Address: Joint Base McGuire-Dix-Lakehurst and Travis AFB, United States
 
Record
SN05041836-W 20180818/180816231741-23d4e4df9ad65bf25d9ce272e13bf3c7 (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.