Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2020 SAM #6952
SOURCES SOUGHT

D -- Integrated Risk Information System to Support USAF

Notice Date
12/9/2020 4:11:16 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA9401 377 MSG PK KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Solicitation Number
FA9401IRIS2022
 
Response Due
12/30/2020 4:00:00 PM
 
Archive Date
01/14/2021
 
Point of Contact
Rachel Sawayda, JeriAnn Weisensel
 
E-Mail Address
rachel.sawayda@us.af.mil, jeriann.weisensel@us.af.mil
(rachel.sawayda@us.af.mil, jeriann.weisensel@us.af.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or an Invitation for Bid (IFB). This notice is not to be construed as a commitment, implied or otherwise by the Government, to issue a solicitation or ultimately award a contract. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR part 10, Market Research and FAR part 19, Small Business Programs. This is for planning purposes only. Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as a commitment by the Air Force for any purpose, and should refrain from providing proprietary information in the response. INTRODUCTION: This is the initial step in the planning process for the Integrated Risk Information System (IRIS) for the Air Force Safety Center (AFSEC). The 377 Mission Support Group Contracting Division (MSG/PK) at KAFB seeks sources with the following capability and interest to provide the following: The objectives of this effort are to conduct analysis of flight data in support of the Military Flight Operations Quality Assurance (MFOQA) program, to develop and integrate mishap precursor detection and mitigation tools into Air Force and Department of Defense (DoD) aviation operations. The contractor shall provide support for development, implementation, operational deployment, assessment, sustainment, and evolution of the AF and Joint Service proactive aviation safety through the use of MFOQA. The contractor will fulfill this objective by providing analysis services by employing and utilizing qualified personnel to with appropriate combinations of education, training, and experience. Refer to the attached draft Performance Work Statement (PWS) for additional details regarding the subject requirement. This effort is expected to result in a Firm-Fixed-Price contract. The North American Industry Classification System (NAICS) code is anticipated to be 541511 � Custom Computer Programming Services. The size standard for NAICS code 541511 is $30.0M.� INSTRUCTIONS: All interested businesses capable of demonstrating the ability to meet the draft PWS are invited to respond electronically with Statement of Capabilities (SOCs). Do NOT merely reiterate the objectives or reformulate the requirements specified in the attached draft Performance Work Statement. Do NOT include any marketing material in the capabilities statement. Responses shall include company name, address, DUNS number, CAGE code, point of contact with email address and telephone number, and indicate business size using NAICS code 541511, size standard $30.0M. SOCs are limited to 8 pages, using Times New Roman 12 Font in word searchable format. The SOC should demonstrate capability to provide the requirements as identified in the draft PWS. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Within the SOC, respondents shall provide no more than three contract references performed as a prime contractor that are similar in scope with each contract with a greater value of $15M. For each contract reference provide the following: a. Contract Number b. Name of Government Agency or Commercial Entity c. Period of Performance d. Dollar Value e. Type of Contract (IDIQ, Fixed Price, Cost Plus, etc.) f. Number of Employees on Contract Responses must be received no later than Wednesday, 30 December 2020 at 5:00PM MST, and addressed to Rachel Sawayda, Contracting Specialist, at rachel.sawayda@us.af.mil and JeriAnn Weisensel, Contracting Officer at jeriann.weisensel@us.af.mil. Attachment 1- Draft Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8c2a1416446e4e7c94d1362101ab929b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05870476-F 20201211/201209230150 (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 |
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.