Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 16, 2025 SAM #8511
SOURCES SOUGHT

99 -- AIR FORCE READINESS ANALYSIS AND DECISION SUPPORT (AFRAADS)

Notice Date
3/14/2025 9:39:35 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA7013 AFX VNTURES CON OFC SAF AQCR AUSTIN TX 78734-3259 USA
 
ZIP Code
78734-3259
 
Solicitation Number
FA701425RPKHB10
 
Response Due
4/10/2025 2:00:00 PM
 
Archive Date
04/25/2025
 
Point of Contact
Damian Bell
 
E-Mail Address
damian.bell.1.ctr@us.af.mil
(damian.bell.1.ctr@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PROCURING & ADMINISTRATIVE CONTRACTING OFFICE Air Force District of Washington (AFDW) Contracting Directorate (PK) Headquarters Air Force (HAF) - Enterprise Support Division (PKH) DoDAAC: FA7014 INTRODUCTION This is a Request for Information (RFI) ONLY, which is being released to industry for information gathering and planning purposes only pursuant to FAR Part 10 Market Research. This RFI is not a solicitation, nor shall this RFI constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quote (RFQ). The Government shall not award any contract solely on the basis of this RFI nor shall the Government reimburse any Contractor for any associated costs they incur to submit a Capability Package to the Government in response to this RFI. This market research notice is being deployed to bring forth qualified, capable sources and in no way shall restrict the Government�s final acquisition strategy, planning, or requirements refinement. OBJECTIVES One objective of this RFI is to identify potential vendors (large, small, and socioeconomic concerns) who have the experience and capabilities to successfully perform this work. Vendors are also encouraged to provide information regarding plans to use joint venturing (JV), partnering or consortiums to meet the requirements areas contained herein. Details pertaining to the entire scope of work are contained in the attached Draft Performance Work Statement (PWS). A second objective is to engage industry to identify risks and opportunities, provide recommendations and other insights as it pertains to the acquisition and the work contemplated in the PWS. Additionally, if an RFP is subsequently issued, the Government anticipates a compressed response cycle; therefore, this RFI will provide advanced delivery of the attached Draft PWS, which should allow qualified vendors the necessary time to consider a potential RFP response/proposal and to build necessary teaming relationships. NAICS CODE The North American Industrial Classification System (NAICS) Code for this SSN is 541611- Administrative Management and General Management Consulting Services. and the Small Business Size is $24.5M. *Note: A small business firm competing as a Prime Contractor would need to perform at least 50% of the total requirement form within its own company (See FAR 52.219-14, Limitations on Subcontracting). BACKGROUND & DESCRIPTION OF GOVERNMENT�S NEEDS/REQUIREMENTS The Headquarters United States (HAS) Air Force Readiness Division is responsible for Air Force Readiness Analysis support that includes resources to develop, modify and sustain an enterprise of linked readiness reporting systems and decision support tools. These systems and tools will provide near real-time information on the current readiness status of assigned forces and link readiness outcomes to potential programming actions using predictive analysis on Air Force units to meet Air Force, Joint Staff, Office of the Secretary of Defense, and Congressional readiness reporting requirements. The Government requires a contractor to perform the work in the PWS attached. QUESTIONS FOR INDUSTRY Does your company support telework? How does your company ensure successful work completion and communications? Does your company currently employ individuals with a SECRET-level security clearance available in the Defense Information for Security System (DISS), or have employees eligible to obtain one? If eligibility applies, please provide a general timeline for clearance acquisition following contract award (e.g., 1 week, 2 months). Additionally, please confirm whether at least one team member, preferably an on-site project manager, has or is able to obtain a TS/SCI clearance, which may be required for specific tasks involving secure environments and classified information. (Please do not include any personally identifiable information) What is the size of your company (to include socio-economic status), given the designated NAICS? Could you elaborate on your company�s expertise in Air Force Active Duty, National Guard, and/or Reserves mobilization programs and processes? Additionally, what specific subject matter expertise does your company hold in Air Force Readiness policies and processes? Can you provide verifiable or quantifiable data and/or information? Does your company anticipate any Subcontracting opportunities in the performance of this requirement? Please provide your previous subcontractor�s performance history regarding the nature of this contract, or your company�s performance requirements for any potential subcontractor hires. What recommendations would you have on the GSA vehicle (GWAC or MAC) that would best meet this requirement? *NOTE: Please provide answers to the listed questions and you may submit a detailed capability statement of your corporate/industry experience. MANDATORY FORMATTING, & DEADLINE Interested Respondents should submit Capability Packages to the Government which meet all formatting, and the submittal deadline as instructed below: Capability Packages and any allowable attachments shall be delivered to the Government electronically via one (1) email before the SSN deadline. Capability Packages and any allowable attachments must be submitted in Microsoft Office format (Word, Excel or PowerPoint) or Adobe pdf format (which is preferred by the Government). Capability Packages and any allowable attachments submitted to the Government via email must NOT exceed 5MB. *Note: If file size is 5MB or larger, the Government will NOT receive the Respondent�s email and attached package file due to internal system limits and restrictions. Capability Packages and any allowable attachments submitted to the Government must contain UNCLASSIFIED data/information/content only. *Note: Capability Packages and any allowable attachments submitted to the Government in response to this Sources Sought Notice SHALL NOT and MUST NOT contain any Controlled Unclassified Information (CUI), Classified, Secret, or Top Secret data/information/contents. Capability Packages shall NOT exceed 5 total pages, each single side counting as one page, 8.5 inch x 11 inch, with one-inch margins, and font size no smaller than 10 point Times New Roman. Item #a - Item #g under the CAPABILITY PACKAGE CONTENTS section below must be addressed by the Respondent within the allowable 5 total pages. Documentation proof submitted by the Respondent to verify the six (6) critical requirements identified at Item #h under the CAPABILITY PACKAGE CONTENTS section below will not count against the 5 total page limit however such proof documentation must be submitted within one (1) email to the Government and file size must NOT exceed the 5MB email delivery restriction. f. Capability Packages and any allowable attachments must not be submitted as a Zip File via email because the Government email system does not allow transmittal of Zip files. All Capability Packages and any allowable attachments must be received at the identified Government office no later than 5:00 PM (Eastern Standard Time) on Thursday, 10 April 2025. g. Capability Packages and any allowable attachments shall be sent via email to the AFDW/PKH Contracting Officer, Mr. Mark R. Luckritz, at mark.luckritz@us.af.mil and AFDW/PKH Contracting Specialist, Dr. Damian R. Bell, at damian.bell.1.ctr@us.af.mil CAPABILITY PACKAGE CONTENTS Respondents must fully address the Government�s questions and/or provide documentation to address the mandatory data responses below within Capability Packages submitted in response to this Sources Sought Notice. Contractor�s company name, company address, company point of contact, POC e-mail address, and POC telephone number. Contractor�s Cognizant DCMA Office Code and Info, if applicable. c. Contractor�s Federal Cage Code and Unique Entity ID (SAM.gov). *Note: A company must be registered in the System for Award Management (SAM) to be considered responsible for a federal contract award. To register your company, go to https://www.sam.gov. Contractor�s business size (large or small) and applicable socioeconomic categories (VOSB, 8a, HUBzone, SDB, WOSB, etc.) for the established SSN NAICS Code and/or for NAICS Codes of the Contractor�s similar types of work. Identification of any Federal Supply Schedules (FSS), Multiple Award Contracts (MACs), Government-wide Acquisition Contracts (GWACs), and/or Blanket Purchase Agreements (BPAs) that the Contractor currently holds (provide the respective contract numbers, identify the source of the procurement vehicle, and add any other relevant information). Provide up to three (3) examples/references/samples of recent and relevant performance (recent, meaning within the last 3 years. For each example/reference/sample, provide the Federal Contract Numbers, Commercial Company-to-Company Purchase Order Numbers, Dates/PoPs, Total Dollars, Description of Work/Requirements, Project POC Name, Project POC Email Address, and Project POC Phone Number. Describe your company�s history, capabilities, experience, strengths, and weaknesses in providing Services which are similar to and/or consistent with the Government�s requirements detailed above. ORGANIZATIONAL CONFLICT OF INTEREST The Government would also like to remind companies of their responsibility to avoid and/or mitigate any potential Organizational Conflict of Interest (OCI). Guidance is found in Federal Acquisition Regulation (FAR) Part 9.5. If a company has a potential OCI situation, they must submit and have an approved mitigation plan prior to the Government�s consideration of any proposal for award. Since the approval process can be lengthy and approval of any plan is not assured, it is highly recommended that potential OCI identification and resolution processes begin during the planning phase if possible. An OCI could result in the canceling of a contract or determining an Offeror to be ineligible for award. Potential OCI issues, and mitigation plans if developed, shall be included as an attachment to Capability Package. An OCI attachment shall NOT be considered in the Capability Package total page count.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ab75ca38d8764878b397e8d50d3f7123/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07373731-F 20250316/250314230050 (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.