Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2023 SAM #8058
SOURCES SOUGHT

99 -- Tactical Data Link Operations and Management Organization (TDLOMO) Staff Support

Notice Date
12/18/2023 11:24:56 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
 
ZIP Code
23666
 
Solicitation Number
FA489024R0004
 
Response Due
1/11/2024 12:00:00 PM
 
Archive Date
01/26/2024
 
Point of Contact
Steve Kinkead, Desiree Logan
 
E-Mail Address
steven.kinkead@us.af.mil, desiree.logan@us.af.mil
(steven.kinkead@us.af.mil, desiree.logan@us.af.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
1.0 INTRODUCTION This Request for Information (RFI) is being issued by Air Combat Command (ACC) Acquisition Management and Integration Center (AMIC) as part of its Market Research to identify available sources, capabilities, and receive industry input with regard to the Tactical Data Link Operations and Management Organization (TDLOMO) Staff Support requirement.�This requirement is currently anticipated to be an 8(a) set-aside for ANC/NHO/Tribal entities. This RFI is issued solely for information and planning purposes and all information provided is subject to change.� This RFI does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future and the Government will not accept unsolicited proposals in response to this RFI.� This RFI does not commit the Government to contract for any service whatsoever and all costs incurred in responding to this RFI will be incurred solely at the responding party�s expense.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2.0 DESCRIPTION The purpose of this effort is to provide non-personal knowledge-based services in support of ACC Command, Control, Intelligence, Surveillance and Reconnaissance Division (A3C) supporting the Tactical Data Link Operations and Management Organization (TDLOMO) within the A3CJ branch. The Contractor shall provide all personnel, equipment, supplies, transportation, supervision, and other items/services necessary to perform in accordance with (IAW) the Performance Work Statement (PWS), except as otherwise specified within the PWS (Section 6). The Contractor shall provide the number of qualified Full Time Equivalent (FTE) personnel (PWS Appendix B) to perform the Level of Effort (LOE) required in the PWS (Sections 2 and 3) to accomplish this effort. See Attachment 1 � TDLOMO Draft PWS for requirement details. Period of Performance: The period of performance will include a one-year base period, four one-year option periods, and a six-month extension IAW FAR 52.217-8. �The anticipated award date is 1 May 2024 with a one-month transition period and full performance to begin 1 June 2024. Security Requirements: A DD254 and a Top Secret (TS) Facility Clearance (FCL) will be required.� Contractor personnel will be required to obtain and/or maintain TS clearance to include Sensitive Compartmented Information (SCI) eligibility and North Atlantic Treaty Organization (NATO) Secret clearance. 3.0 REQUESTED INFORMATION Please respond to this RFI using Attachment 2 RFI Response Form with sufficient detail explaining your capabilities and capacity to satisfy the requirement as described in the PWS. Responses will require a review of the draft PWS, which is attached to this RFI. 4.0� �RESPONSES Interested parties are requested to respond to this RFI. ONLY prime contractors should complete the above referenced form.� Please do not include any proprietary information. �Please limit your response to no more than 5 pages, using an 11-point or larger font, in a Word or PDF compatible format.� Please be advised that all submissions become Government property and will not be returned. Please submit responses via e-mail to�Steven Kinkead at steven.kinkead@us.af.mil and Desire� Logan at desiree.logan@us.af.mil no later than 11 January 2024 at 3:00 PM EST. ATTACHMENTS TDLOMO Draft Performance Work Statement RFI Response Form
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8a97c7a1b9c844a4a0e9764f5d3812ad/view)
 
Place of Performance
Address: Langley AFB, VA 23665, USA
Zip Code: 23665
Country: USA
 
Record
SN06916151-F 20231220/231218230045 (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.