SOURCES SOUGHT
99 -- PACAF PROGRAM MANAGEMENT AND EXERCISE PLANNER SUPPORT SERVICES
- Notice Date
- 1/11/2024 1:01:52 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FA5215 766 ESS PKP JBPHH HI 96860-4928 USA
- ZIP Code
- 96860-4928
- Solicitation Number
- FA521524ExercisePlanner
- Response Due
- 1/22/2024 2:30:00 PM
- Archive Date
- 02/06/2024
- Point of Contact
- Amanda Kimbel, TSgt Joanna Breyer
- E-Mail Address
-
amanda.kimbel@us.af.mil, joanna.breyer@us.af.mil
(amanda.kimbel@us.af.mil, joanna.breyer@us.af.mil)
- Description
- REQUEST FOR INFORMATION (RFI)� For PACAF Exercise Planner Support Services�� GENERAL INFORMATION: THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. It is issued solely for information and planning purposes and does not constitute a solicitation. Responses to this notice will not be returned. Respondents will not be notified of the result of the review. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this for market research purposes only. The Government will not reimburse the costs of preparing responses to this notice. BACKGROUND: The 766th Enterprise Sourcing Squadron at Joint Base Pearl Harbor-Hickam (JBPHH) is performing market research to determine the availability, interest and capability of potential small business sources to provide Exercise Planner Support Services in Pacific Air Forces (PACAF) locations. The purpose of the work is to plan and coordinate exercises and engagements that prepare forces at the tactical and operational levels for possible future contingencies through Field Training Exercises (FTXs), Command Post Exercises (CPXs), Building Partnership Capacity (BPC) engagements and other training events. Specific support requirements are detailed in the Performance Work Statement (PWS). The attached (PWS) is a draft and addresses all currently known requirements. The draft PWS is subject to change prior to issue of a solicitation, if one is issued and may not encompass all locations. Please see Appendix B within the PWS for location specific information and Appendix C for example exercise descriptions.�� NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: 541611 - Administrative Management and General Management Consulting Services�� RESPONSE TO THIS NOTICE: The Government requests interested parties submit a brief statement of current capability and experience to provide these services and a letter of interest. The Government requires that interested parties, at a minimum, supply the following information:� �a) Business name and address�� b) Name of company representative, business title, telephone number, fax number, and e-mail address�� c) NAICS code and business size (e.g. large business, small business, socio-economic status)�� d) Registration in the System of Award Management (SAM) and length of time�� e) DUNS Number�� f) CAGE Code�� g) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GWAC, Alliant, OASIS, GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)� �h) Explain in detail your technical ability, capacity and experience performing under the NAICS code described and as specified in the draft PWS.� �i) Ability to obtain SECRET Clearance�� j) Confirmation of personal SECRET clearances (TOP SECRET clearance is required for curtained positions in accordance with the PWS)� k) Has your company performed work in overseas and foreign locations in the past and is your company familiar with hiring and sustaining a workforce in both overseas and foreign environments and specified locations identified in the draft PWS?�� l) Where would you obtain your labor force to perform this type of effort?�� m) What sort of experience do you have with emergency, mission essential, security type requirements and their levels of classified environments within contracts?�� HOW TO RESPOND: Interested businesses should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services. Responses should focus on your firm�s technical capability to provide the requirements described in the attached draft PWS. Interested parties should send a capability statement demonstrating ability to perform above services by 12:30 PM (HST) on Monday, 22 January 2024. The information from interested parties should be sent to amanda.kimbel@us.af.mil and joanna.breyer@us.af.mil.�� MANDATORY REQUIREMENTS: All vendors wishing to do business with the Government must have:� (1) a current registration in System for Award Management database, have a CAGE and DUNS code, via SAM (https://www.sam.gov/); and�� (2) in Wide Area Work Flow (WAWF) (https://wawf.eb.mil).�� ATTACHMENT: Draft Performance Work Statement (PWS)�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/281e41aaf74049ac8150b7c99df61a36/view)
- Place of Performance
- Address: JBPHH, HI 96853, USA
- Zip Code: 96853
- Country: USA
- Zip Code: 96853
- Record
- SN06934167-F 20240113/240111230057 (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 |