SOURCES SOUGHT
R -- Operations Capabilities II
- Notice Date
- 10/5/2020 8:25:21 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA2518 USSF ESD USSF HQ DIVISION PETERSON AFB CO 80914-4184 USA
- ZIP Code
- 80914-4184
- Solicitation Number
- OPSCAPII
- Response Due
- 10/16/2020 9:00:00 AM
- Archive Date
- 10/31/2020
- Point of Contact
- Joseph Willard, Phone: 7195549527
- E-Mail Address
-
joesph.willard@us.af.mil
(joesph.willard@us.af.mil)
- Description
- Headquarters Space Force Enterprise Solutions Directorate (HQSF/ESD) REQUEST FOR INFORMATION (RFI #2) OPERATIONS CAPABILITY SUPPORT (OPSCAP) II THIS NOTICE IS ISSUED AS AN RFI ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This RFI 2 was originally posted under NAICS 541990 and is now being reposted under NAICS 541715. This notice DOES NOT constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or solicitation, nor does it represent any commitment by the Government. Since this is an RFI announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist.� HQSF/ESD will not accept or acknowledge: emails over 5MB, brochures, samples, catalogs, and any other marketing solicitation information.� The Government is performing market research primarily in order to determine the type of firms that possess the capability to execute the requirements of this RFI. The Government intends to use this information to determine the acquisition strategy for a potential single source indefinite quantity, indefinite delivery contract. Therefore, we invite all interested offerors to provide a capability statement and past performance data that, at a minimum, addresses the requested information below. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://beta.sam.gov/ The professional services identified in this DRAFT PWS include providing survivability and vulnerability determination strategies for Air and Space Force operations essential for the success of the missions in the strategic, operational and tactical levels of war.� Support efforts shall comprise threat assessments, requirements development, operational training, studies and mission analyses; Planning, Programming, Budgeting, and Execution (PPBE) analyses; civilian personnel management support, concept development, integration analysis, policy and doctrine analysis;� operations acceptance analyses, inspection support, and test and evaluation.� The support will be applied in the mission systems/areas of:� Space Domain Awareness, Command and Control, Space Superiority, Missile Warning/Missile Defense, Position Navigation and Timing (PNT), Military Satellite Communications (MILSATCOM), Launch and Range Operations, Ground-Based Radar (GBR), and Defensive Cyber Operations-Space (DCO-S); as well as other mission systems/areas as they are employed to create operational effects. Please provide the following information in your response: a. Name, address, and point of contact to include telephone number and email address of your ���� company. b. Company CAGE Code and DUNS in order to verify SAM status. c. Specify your business type (large business, small business, small disadvantaged ��������� business, 8(a) certified small disadvantaged business, HUBZone small business, woman-��������� owned small business, veteran-owned small business, service-disabled veteran-owned small business �� based upon NAICS 541715.� Specify all that apply.� d. Would your organization propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture?� Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team will likely be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 e. Identify any projects completed in the past five (5) years for the same or similar scope to help determine your firm�s capability and capacity in meeting the requirement for the services listed in the attached DRAFT PWS.� Scope should include efforts with an annual value of $6M+ and required a staffing solution for 40+ employees. You may include any government contracts (Federal, State, or local) you have been awarded for this type of requirement. Identify if your company was the prime contractor or a subcontractor for these projects.� A minimum of 4 Past Performance Citations applicable to the scope of work with a minimum of 2 as the Prime Contractor (no more than 2 as a subcontractors). While all performance areas in the PWS are important, past performance in PWS areas 1.3.1, 1.3.2, and 1.3.3 must be addressed in your response. Additionally, all responses must include specific information regarding your ability to fulfill requirement 1.3.12 of the attached PWS. f. In an effort to determine industry capability to fulfill the requirements of the OPSCAP II PWS under NAICS 541712 (1,000 employee size standard), please use the attached or similar matrix (OPSCAP II Past Performance Capability Matrix) to identify your capability to meet all areas of the PWS.� Also, please identify what areas of the PWS you will utilize teaming partners and/or subcontractors to accomplish. g. In the event this acquisition is solicited as unrestricted, there will be a requirement for large business offerors to provide maximum small business subcontracting opportunities. The Government is interested in input from industry regarding the available small business subcontracting opportunities.� Please use the attached or similar matrix (OPSCAP II Small Business Subcontracting Opportunities Matrix) to identify what small business subcontracting opportunities are available. h. For the DRAFT PWS, interested offerors are encouraged to submit questions/feedback for Government review. The Government will not post official responses to the questions/feedback but they will be reviewed by the Government. If questions/answers are provided the details will be shared to all respondents. All responses shall be received by XXXXX, XX XXXX @ 12:00 PM Mountain Standard Time. No extension to the response date will be considered.� Send responses via e-mail to Mr. Joseph Willard (joseph.willard@us.af.mil) and Mr. Shawn McGee (shawn.mcgee.1@us.af.mil). Responses shall be no more than 25 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government may only review the first 25 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. LIST OF ATTACHMENTS: 1. DRAFT PWS for OPSCAP II dated 28 Aug 20 2. OPSCAP II Past Performance Capability Matrix 3. OPSCAP II Small Business Subcontracting Opportunities Matrix
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3e193334c3de425a89712eec3270ffee/view)
- Place of Performance
- Address: Colorado Springs, CO 80914, USA
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN05819140-F 20201007/201005230142 (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 |