SOURCES SOUGHT
99 -- Global Command and Control System (GCCS) Operational and Technical Support Services
- Notice Date
- 1/12/2024 10:31:32 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
- ZIP Code
- 23666
- Solicitation Number
- FA489024R0022
- Response Due
- 2/5/2024 12:00:00 PM
- Archive Date
- 02/20/2024
- Point of Contact
- Steve Kinkead, Chemerre Wells
- E-Mail Address
-
steven.kinkead@us.af.mil, chemerre.wells@us.af.mil
(steven.kinkead@us.af.mil, chemerre.wells@us.af.mil)
- 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 lobal Command and Control System (GCCS) Operational and Technical Support Services Staff Support requirement. �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 specialized non-personal knowledge-based services in support of Air Combat Command (ACC) Directorate of Operations (A3), Operations Division (A3O) and Directorate of Communication (A6), Combat Support Squadron (CSS) in support of ACC�s C2 activities. �The Contractor shall provide all personnel, equipment, supplies, transportation, supervision, and other items/services necessary to perform in accordance with (IAW) this 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 (Appendix B) to perform the Level of Effort (LOE) required in this PWS (Sections 2 and 3) to accomplish this task order. The Contractor shall perform to the standards specified in the Services Summary (Appendix A). The Contractor�s output from these knowledge-based services shall take the form of information, advice, alternatives, analyses, evaluations, recommendations, scheduling, training, and other support as needed to complement the Government�s technical expertise. See Attachment 1 � GCCS 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 28 June 2024 with a one-month transition period and full performance to begin 1 August 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 a Seceret and/or TS 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, 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 Chemerre Wells at chemerre.wells@us.af.mil no later than 5 February 2024 at 3:00 PM EST �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bf1259895d7e4d2cb5f021d3e6d37e21/view)
- Place of Performance
- Address: Langley AFB, VA 23665, USA
- Zip Code: 23665
- Country: USA
- Zip Code: 23665
- Record
- SN06935095-F 20240114/240112230041 (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 |