Washington, DC Bids > Bid Detail

RCO SETA Surge Support Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159667037750253
Posted Date: Mar 17, 2023
Due Date: Mar 29, 2023
Solicitation No: FA800223RFIRCOSSS
Source: https://sam.gov/opp/076b258843...
Follow
RCO SETA Surge Support Services
Active
Contract Opportunity
Notice ID
FA800223RFIRCOSSS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFDW
Office
FA7014 AFDW PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 16, 2023 01:37 pm EDT
  • Original Published Date: Mar 16, 2023 10:44 am EDT
  • Updated Response Date: Mar 29, 2023 03:00 pm EDT
  • Original Response Date: Mar 29, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R408 - SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Bolling AFB , DC 20032
    USA
Description View Changes

CONTROLLED UNCLASSIFIED INFORMATION



DESCRIPTION



This Request for Information (RFI) is issued by the Department of the Air Force Rapid Capabilities Office (DAF RCO). The DAF RCO is seeking potential sources to provide subject matter expert consulting services for surge support providing technical advice and deliverables in support of their portfolio of programs, projects, and activities. The support will span all phases of the acquisition lifecycle and address urgent acquisition challenges as required.



The DAF RCO requires subject matter expert consulting services for surge support for all phases of the acquisition lifecycle framework. The contractor will perform contracting and acquisition studies, analyses, documentation preparation and review, assessments, cost analyses (including trade studies), and comparative logistics/cost trade-offs of specific problems or areas of emphasis. Tasks will be executed primarily in the vicinity of Joint Base Anacostia/Bolling, Washington D.C. Other sites will be required on an as directed basis or may be permitted on an as requested basis. In addition, the contract will provide an estimated amount of ODC’s for travel and materials incidental to the performance of the services to be performed.



The PWS provided is a DRAFT only and will be reviewed for compliance with FAR 7.503(e) and DFARS Subpart 207.503(e).



This is a RFI announcement to determine the availability and technical capability of businesses to provide the required services. This notice is being published with the intent to conduct market research and potentially promote competition.



The North American Industry Classification Systems (NAICS) Code identified for this requirement is 541611, Administrative Management and General Management Consulting Services. Various Product Service Codes apply to the tasking with the following being the primary:




  • R408-Support – Professional: Program Management/Support

  • R707-Support – Management: Contract/Procurement/Acquisition Support



This RFI Notice is not a Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals and no award will be made as a result of this notice. The Government is not obligated to and will not pay for information received in response to this notice. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Respondents will not be notified of the results of this RFI notice. The information obtained from submitted responses may be used in development of an acquisition strategy and potential future solicitation. When/if the Government issues an RFP, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this RFI.



Companies are hereby notified that the Government intends to utilize non-Government, Federally Funded Research and Development Center (FFRDC) personnel from MITRE and MIT Lincoln Lab, to provide technical advice during the review of the RFI responses. All personnel assigned to provide technical advice have signed non-disclosure agreements (NDAs) and conflict of interest forms. A submission of a response to this notice constitutes the respondent’s acknowledgment and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to this third party, non-Government support personnel.



REQUIRED CAPABILITIES STATEMENT



The DAF RCO is considering a Time and Materials (T&M) contract with a one (1) -year base and four (4) option years.



In response to this notification the Government requests the following information from qualified, interested vendors:




  1. Provide a written 11-page capability statement that demonstrates the companies’ ability to successfully perform the required consulting services.

  2. Include Company Name, mailing address, email address, telephone/FAX numbers, website address (if available) and Point of Contact of individual who has the authority and knowledge to clarify responses with Government representative.

  3. Identify your business size for NAICS Code 541611.

  4. Include UEI, CAGE Code, Tax Identification Number, and company structure.

  5. Does your company have an approved accounting system that has been determined adequate by DCAA or another federal agency?

  6. Does your company hold a current facility clearance? If so, please provide the date of expiration and location, if applicable.

  7. Identify specific past performance that demonstrate the company’s ability to fulfill services.

  8. Identify specific past performance that demonstrates the company’s ability to fulfill consulting surge services at the Top Secret/Secure Compartmental Information level, including the number of Full Time Equivalents (FTEs) for each example.

  9. Identify any Federal Supply Schedule (FSS) contracts or other government wide ordering vehicles for A&AS type services the company has or currently holds.



RESPONSES



Respondents should submit responses in electronic format either Microsoft Office (docx) and/or PDF format (pdf) or compatible formats. Responses must:




  1. Reference “DAF RCO Consulting Surge Support Services” and be provided electronically only to Devin Banks (devin.banks.2@us.af.mil) no later than 1700 EST 29 March 2023.

  2. The document shall be typed in Times New Roman font with 12-point type size and not exceed 11 pages (including cover page). A page is considered as one side of a sheet 8 ½ inches by 11 inches.

  3. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Classified material SHALL NOT be submitted.

  4. The submission of a capability statement does not commit a respondent to perform any work under this effort.

  5. Companies who will be responding to this RFI shall provide the names and last 4 digits of social security numbers for up to three (3) personnel who could potentially support a future industry day. The names and social security numbers should be sent to devin.banks.2@us.af.mil no later than 1700 EST 29 March 2023. Providing this information does not commit a respondent to provide a capability statement in response to this RFI.



Please be advised that all submissions become Government property and will not be returned. The Government would like to thank all respondents in advance for expending the time and resources in support of this Request for Information.



ATTACHMENTS




  1. DAF RCO Surge Support Services PWS – RFI DRAFT



CONTROLLED UNCLASSIFIED INFORMATION


Attachments/Links
Attachments
Document File Size Access Updated Date
(CUI) REV 1 RFI for DAF RCO Surge Support Services 2023.pdf
171 KB
Controlled
Mar 16, 2023
(CUI) REV 1 DAF RCO Surge Support Services PWS - RFI DRAFT.pdf
657 KB
Controlled
Mar 16, 2023
RFI for DAF RCO Surge Support Services 2023.pdf
148 KB
Public
Mar 16, 2023
Attch 1 DAF RCO Surge Support Services PWS - RFI.pdf
274 KB
Public
Mar 16, 2023
file uploads

info alert

Please Sign In: This opportunity has controlled attachments. You must sign in to access them.
Sign In
Contact Information
Contracting Office Address
  • CP 240 612 2997 1500 W PERIMETER RD STE 5750
  • ANDREWS AFB , MD 20762-6604
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >