SOURCES SOUGHT
R -- Software Control Center Digital Backup
- Notice Date
- 1/16/2020 9:02:45 AM
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- FA8224 OL H PZI PZIM HILL AFB UT 84056 USA
- ZIP Code
- 84056
- Solicitation Number
- FA822420S7517
- Response Due
- 2/15/2020 2:00:00 PM
- Archive Date
- 03/01/2020
- Point of Contact
- Benjamin Eddy, Phone: 8017777600, Clayton Gray, Phone: 8017752223
- E-Mail Address
-
Benjamin.Eddy@us.af.mil, clayton.gray.1@us.af.mil
(Benjamin.Eddy@us.af.mil, clayton.gray.1@us.af.mil)
- Description
- REQUIREMENT TITLE:� Software Control Center Digital Backup NSN/Part Number: N/A Solicitation Number:� FA8224-20-S-7517 Notice Type:� Sources Sought Synopsis 1.� NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.� The proposed North American Industry Classification Systems (NAICS) Code is _518210__ which has a corresponding Size standard of _$35.0M__.� The Government will use this information to determine the best acquisition strategy for this procurement.� The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns.� The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.� Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2.� Program Details: The 309th Software Engineering Group (SWEG) has a requirement to digitally back up all unclassified assets into the same standardized format. Some of the software is very antiquated and requires special handling and expertise to digitally archive. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating as applicable: examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Identify whether the solution being provided is a commercial or non-commercial product. Respondents are further required to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Responses may be submitted electronically to the following e-mail address: Benjamin.Eddy@us.af.mil and CO via email to Clayton.Gray.1@us.af.mil in PDF or Microsoft Word Format.� In order to be considered in this Sources Sought, please reply by 3:00 PM MST, 2/15/2020 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.� Updated information will be provided in future announcements and posted electronically on the Federal Business opportunities homepage at https://beta.sam.gov/.� NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! The Government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar support offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). Services Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Please provide the GSA contract number applicable to this requirement. Responses may be submitted electronically to the following e-mail address: benjamin.eddy@us.af.mil clayton.gray.1@us.af.mil RESPONSES ARE DUE NO LATER THAN: 3:00 pm MST, February 15, 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8febacb9c1114967a02cfaa8c7877c82/view)
- Place of Performance
- Address: Hill AFB, UT 84056, USA
- Zip Code: 84056
- Country: USA
- Zip Code: 84056
- Record
- SN05537552-F 20200118/200116230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |