SOURCES SOUGHT
R -- Multilateral Administrative Requirements Vehicle (MARVel)
- Notice Date
- 2/24/2022 11:30:41 AM
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- FA9451 AFRL RDK KIRTLAND AFB NM 87117 USA
- ZIP Code
- 87117
- Solicitation Number
- FA9451-22-S-MARV
- Response Due
- 3/11/2022 11:00:00 AM
- Point of Contact
- Eric Coleman, Faye Ritter
- E-Mail Address
-
eric.coleman.5@us.af.mil, lois.ritter.1@us.af.mil
(eric.coleman.5@us.af.mil, lois.ritter.1@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- DISCLAIMER: This is a sources sought notice to identify companies that possess the capacity, experience, and interest in competing for a Services Contract at Kirtland Air Force Base, NM. Respondents will not be notified of the results of the evaluation. It is not a Request for Proposal (RFP), Request for Quote (RFQ), Invitation for Bid (IFB), or any obligation on the part of the Government to acquire products or services. Responses to this Sources Sought are not offers and cannot be accepted by the Government to form a binding contract. Any and all costs associated with responding to this Sources Sought will be solely the respondent's expense and will not be reimbursed by the Government. Information provided by respondents MAY be used by Government in acquisition planning and may eventually be considered in future solicitations. Respondents should mark any proprietary information included in their response. DO NOT submit any classified materials. Not responding to this Sources Sought does not preclude participation in any future solicitations. If a solicitation is released, it will be synopsized in the applicable Government wide Point of Entry. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this requirement. REQUIREMENT: AFRL is seeking information on establishing a (revised) follow-on contract for FA9451-18-D-0082, Business and Technology Management Administration. The objective of this acquisition is to obtain Non-Personal, Non-Advisory and Assistance (A&AS) Services for day-to-day administrative and data entry requirements. Services include business, management and administrative support for financial management, organizational development activities, program control, safety, security, information management, information technology, human resources, facility support, logistics, quality control, training and certification, administrative activities, and corporate communications needs to support Phillips Research Site (PRS), Kirtland AFB, NM, AFRL Space Vehicles (RV), AFRL Directed Energy (RD), and geographically separated units or locations with an AFRL presence. SUBMITTAL REQUIREMENTS: As permitted by FAR Part 10, interested parties are invited to respond to this sources sought by submitting a brief capabilities statement package demonstrating ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm�s qualifications to perform the defined work. Please note that your submittal shall not exceed ten (10) pages. PAGES IN EXCESS OF THE TEN (10)-PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than�11 March 2022 to the Contract Specialist, Eric Coleman via email at eric.coleman.5@us.af.mil. Identify in the subject line of your response: ""FA9451-22-S-MARV"". The Government is not obligated to and will not pay for any information received from the potential sources as a result of this sources sought. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. The documentation shall address, at a minimum, the following: A. COMPANY PROFILE. To include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) names of two principals to contact (including title, telephone and email addresses); (4) DUNS number; (5) CAGE Code; and (6) positive assertion indicating registration in SAM (http:www.sam.gov). B. RELEVANT EXPERIENCE. Include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contracting Officer�s Name, Telephone Number and/or email address; (4) Contracting Officer�s Technical Representative or Primary Point of Contact, telephone and email address; (5) Indication of whether your firm acted as prime or subcontractor; (6) Contract Period of Performance and Contract Value; (7) Brief summary of work performed and how it relates to the technical services described herein; and (8) Explain what procedures you would employ to ensure you can meet schedule and performance requirements of the attached PWS at this location. C. PHASE-IN. The Government is contemplating a minimum phase-in time of 30 days for the work included in the planned procurement. Would you consider this an adequate amount of time? If not, what period of time would you recommend and what is your recommendation based on? D. CONTRACT TERM. Unless approval is obtained, FAR 17.204(e) states that service contracts cannot exceed five years. The proposed contract term is for a base period of up to one (1) year and includes up to four (4) one-year option periods and up to six (month) extension, for a proposed total contract term, if all options are exercised, not-to-exceed 66 months. Please provide in your response how the proposed longer term would affect your firm�s willingness to submit a proposal. In addition, identify efficiencies or inefficiencies that may result through a potential longer term contract; and identify the effect, if any, the term would have on forming business relationships with partners or subcontractors. Your response should also address impacts on vendor performance, contract costs, staffing and/or changes in technology over the term. In summary, the Government requests feedback describing both positive and negative aspects of the proposed term length. E. ADDITIONAL INFORMATION, if any, that the responders believe to be relevant to this requirement. RESPONSES ARE DUE NO LATER THAN�11 MARCH 2022 BY 12:00AM MOUNTAIN STANDARD TIME. Questions or comments regarding this notice may be addressed in writing to Eric Coleman via email at eric.coleman.5@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8e2c714fd70d4a1b87d63e0122096a65/view)
- Place of Performance
- Address: Kirtland AFB, NM 87117, USA
- Zip Code: 87117
- Country: USA
- Zip Code: 87117
- Record
- SN06250725-F 20220226/220224230101 (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 |