SOURCES SOUGHT
99 -- To acquire services to obtain real-time geophysical data from various countries. Included in this goal are the operation of a geophysical Data Center and operation of station RL-41. - PWS
- Notice Date
- 10/29/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
- ZIP Code
- 32925
- Solicitation Number
- FA7022-19-R-GECOS
- Point of Contact
- Mary S. Nichols,
- E-Mail Address
-
mary.nichols@us.af.mil
(mary.nichols@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS SOURCES SOUGHT ANNOUNCEMENT AMIC DET 2 OL/PKA is seeking sources for the Air Force Technical Applications Center (AFTAC) Geophysical Communications Operations Support (GeCOS) CONTRACTING OFFICE ADDRESS: AMIC Det 2 OL/PKA 1020 S. Patrick Drive Patrick AFB, FL 32925 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to acquire services to obtain real-time geophysical data from various countries. Included in this goal are the operation of a geophysical Data Center and operation of station RL-41. Services shall include but are not limited to the following: (1) establish a geophysical network for the area covered, (2) provide geophysical data from individual countries, (3) link all countries in the area to the data center, (4) operate RL-41, (5) provide geophysical training to operators from the various countries, and (6) encourage cooperation, communications and research among the network members. The draft Performance Work Statement (PWS) is found in Attachment 1. The Government anticipates an acquisition strategy that allows full and open competition among all business concerns. Responses to this sources sought announcement will provide market research data that may allow the government to determine whether the conditions exist for a competitive set-aside for small business concerns. In accordance with FAR Part 10, Market Research, AMIC DET 2 OL/PKA is seeking information for potential sources to provide services to support the six (6) listed services in support of the AFTAC mission of nuclear treaty monitoring, in compliance with International Monitoring System (IMS) standards. The anticipated minimum hardware requirement revolve around the establishment of the Data Center. Additional requirements for equipment sparing have not yet been determined. The anticipated contract is currently being planned as a Services contract, and will have a three (3)-month base with five (5) twelve (12)-month options as the period of performance (POP). Previous Contract Background: RL-41 is an established and operational seismic array. Anticipated CLIN Structure: The Government is contemplating the use of a contract with Firm-Fixed Price and Cost Plus CLINS. The RFP release date is subject to change, but is anticipated to be posted on or about March 2019. Interested parties are encouraged to monitor all postings. 1.1 SOURCES SOUGHT INFORMATION: 1.2 DISCLAIMER: THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ) OR AN INVITATION FOR BID (IFB). IN ACCORDANCE WITH FAR 15.201(e), THIS NOTICE 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. THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS ACQUISITION APPROACH. THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISTION APPROACH. 1.3 REQUIRED CAPABILITIES: Interested firms should submit information as to the capabilities, capacity and experience to perform the requirements set forth in the draft PWS, Attachment 1. The capabilities should describe relevant contract experience offered to Government and commercial customers, include a reference to the contract number, magnitude, place of performance and points of contact for each example provided (name, POC, mailing address, e-mail, telephone number, and the company's web page (if applicable). Submitted information shall be UNCLASSIFIED. 1.4 SPECIAL REQUIREMENTS: The anticipated contract will have a minimum SECRET security clearance for personnel security clearances and a facility security accreditation. 1.5 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE. (NAICS): The anticipated NAICS Code is 541330; the corresponding Small Business size standard in millions of dollars is $15M. If the NAICS Code or Small Business size standard appears to be incorrect please suggest an alternative NAICS Code and Small Business size. In order to make a determination for a Small Business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. 1.6 OMBUDSMAN - AFFARS 5352.201-9101 (JUN 2016): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of the proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, E-mail address: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQAFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquires shall be directed to the Contracting Officer. (End of Clause) 1.7 SUBMISSION DETAILS: Vendors interested in responding to this announcement should submit unclassified technical capabilities statement via email NLT 4 p.m. Eastern Daylight Time (EDT), on 7 November 2018, to the Contracting Officer Mary S. Nichols at mary.nichols@us.af.mil. NO PHONE CALLS OR FAXES WILL BE ACCEPTED. CLASSIFIED information will NOT be accepted. The Government will not award a contract solely on the basis of this Request for Information, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Responses shall be limited to ten (10) pages. Proprietary information, if any should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It is the submitter's sole responsibility to verify the e-file was received and can be viewed. 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 personnel reviewing sources sought responses will have signed non- disclosure agreement and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not property identified. 1.8 RESPONSES SHALL INCLUDE: (a) Business name and address; (b) Name of company representative and their business title; (c) Business Size and Type of Small Business (if applicable); (d) Cage Code; (e) DUNS Number; (f) Capabilities statement package (no more than ten pages) demonstrating ability to perform in accordance with paragraph 1.3 above and Attachment 1, PWS. (g) Firms responding must state whether they are a Small Business (SB), Woman-Owned Small Business (WOSB), Economically Disadvantage Woman-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8a firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards in Para 1.4 above. (h) Provide a description of similar services offered to the Government or to commercial customers within the past three years. (i) Provide suggested contract types (i.e. firm-fixed price, cost-plus fixed fee, cost- reimbursement, etc.) best suited for these services. (j) Provide suggested contract line item number (CLIN) arrangements best suited for these services. (k) Provide other suggestions to ensure this contract requirement and contents are best suited for these services. (l) Provide a Rough Order of Magnitude (ROM) cost estimate to correspond to the scope of work identified in the draft PWS, Attachment 1. 1.9 SUMMARY: THIS IS A SOURCES SOUGHT to identify potential contractors that can provide support services for AFTAC to acquire services for to obtain real-time geophysical data from various countries. Included in this goal are the operation of the Data Center and operation of station RL-41. Services shall include but are not limited to the following: (1) establish a geophysical network for the area covered, (2) provide geophysical data from individual countries, (3) link all countries in the area to the data center, (4) operate RL-41, (5) provide geophysical training to operators from the various countries, and (6) encourage cooperation, communications and research among the network members. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the services discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5c5f3c70d4fca151b88bb66b9dcd91b7)
- Place of Performance
- Address: Various Countries Overseas, United States
- Record
- SN05137506-W 20181031/181029230728-5c5f3c70d4fca151b88bb66b9dcd91b7 (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 |