SPECIAL NOTICE
70 -- ISR Mentoring Pilot
- Notice Date
- 8/26/2021 12:20:49 PM
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FA7014_FY21_ISR_Mentoring_Pilot
- Response Due
- 9/6/2021 1:00:00 PM
- Archive Date
- 09/21/2021
- Point of Contact
- Blakeley D. Powell, Heather L. Roe
- E-Mail Address
-
blakeley.powell.1.ctr@us.af.mi, heather.roe.1@us.af.mil
(blakeley.powell.1.ctr@us.af.mi, heather.roe.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Notice of Intent to Sole Source � This notice is prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 5.2, Synopsis of Proposed Contracting Actions.� The Air Force District of Washington (AFDW), HAF Enterprise Support Division (PKH) intends to award a sole source contract to Chronus, LLC, 15395 SE 30th Place Ste 140, Bellevue, Washington, 98007, based on the authority of Federal Acquisition Regulation 6.302-1(a). This task order is planned to be awarded NLT 15 September 2021 for one 12-month base period. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(a). Interested sources may identify its interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten (10) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� This contract is intended to provide a cloud-based mentoring software and associated services in support of a mentoring program for the 14N Intelligence Officer community for AF A2/6, Intelligence, Surveillance, Reconnaissance (ISR) and Cyber Effects Operations. The contractor shall provide personnel, labor, supervision, and management to launch and maintain the AF A2/6 program within their platform, as well as licenses and training to administrators and end users identified by AF A2/6. The contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under the contract, none of which are considered inherently government functions. Personal Services are prohibited and will not be performed under this contract.� THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. Any offerors responding to this notice must provide evidence of capability to perform the above requirements. Potential offerors will be required to submit a Statement of Capability (SOC). The SOC shall include the following information:� 1)�� �Core Competencies:� a)�� �Matching Algorithm Software that provides algorithm that automatically suggests best match options by analyzing data in each participant profile. Software that allows matching based on factors such as location, unit, rank, gender, ethnicity, etc.� b)�� �Reporting & Analytics Software that provides a full suite of business data analytics that provides robust reports highlighting various indicators of program satisfaction and connection health/effectiveness. The data quickly tracks and analyzes the performance of the mentoring program and provides senior leader metrics for oversight.� c)�� �Automated Surveys Software that enables a more agile mentoring program by automatically surveying participants at pre-defined intervals. Providing automated survey results conveyed in a way that�s easy to digest visually allowing managers and participants to determine health of the program.� d)�� �Automated Communications Software that automates targeted emails and reminder communications which can be scaled enterprise-wide.� e)�� �Mobile Responsiveness & Mobile Apps Convenience to access all mentoring tracks and resources which will increase enrollment. Scaling all content to be Mobile-enabled and responsive.� f)�� �Security and Personally Identifiable Information (PII)-Compliance Software that is hosted within an IL-4 compliant environment and ensures all DOD-required PII protections are in place. 2)�� �Past Performance. List past customers within the past three years for whom your company has done similar work. � 3)�� �Differentiators. Identify what makes you different from your competitors with regard to:� a)�� �Mentor/Mentee Matching Capability b)�� �User Support Capability c)�� �Web Browser/Mobile Application Accessibility 4)�� �Confirm offeror's capability to host software in IL-4 compliant environment certified to store PII, enabling the future integration with Air Force authoritative databases for personal information. Potential offerors shall limit the SOC to five pages. Interested sources may identify to the contracting officer its interest and capability to satisfy the Government's requirement within ten (10) days after date of publication of this notice.� An Ombudsman has been appointed to address concerns from offerors or potential offerors.� The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When required, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning the acquisition should not be addressed to the Ombudsman, but rather the POC identified below. The Ombudsman is: PAULA P. SMITH AFDW/PK 1500 W. Perimeter Rd, Suite 2750A Joint Base Andrews, MD 20762� Email: paula.p.smith.civ@mail.mil Commercial Phone: (240)612-6207� Fax: (240)612-2177 The appropriate NAICS Code for this acquisition is 511210, Software Publishers with a size standard of $41.5M.� Offerors submitting a SOC shall send it to the Contract Specialist, Blakeley D. Powell, via e-mail to blakeley.powell.1.ctr@us.af.mil with the subject line reading ISR Mentoring Pilot.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b3e66933d66d4bbab3262c5ed4093ea7/view)
- Place of Performance
- Address: Washington, DC 20330, USA
- Zip Code: 20330
- Country: USA
- Zip Code: 20330
- Record
- SN06112311-F 20210828/210826230127 (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 |