Washington, DC Bids > Bid Detail

AFDW Forces Support Structure Services (FSSS)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159853076127131
Posted Date: Feb 13, 2023
Due Date: Feb 17, 2023
Solicitation No: AFDW7014-23-R-FSSS
Source: https://sam.gov/opp/6a8c615795...
Follow
AFDW Forces Support Structure Services (FSSS)
Active
Contract Opportunity
Notice ID
AFDW7014-23-R-FSSS
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 13, 2023 01:18 pm EST
  • Original Published Date: Jan 11, 2023 12:30 pm EST
  • Updated Response Date: Feb 17, 2023 10:00 am EST
  • Original Response Date: Mar 27, 2023 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: AC32 - National Defense R&D Services; Defense-related activities; Applied Research
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Washington , DC 20330
    USA
Description

This is a Sources Sought for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall be not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach.



This sources sought is being published to identify potential sources capable of providing Advisory and Assistance Services (A&AS), in the form of modification, maintenance, and operation of specified Modeling and Simulation (M&S) tools in support of the Requiring Activity’s mission requirements defined herein.



The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541715, Research and Development in the Physical Engineering and Life Sciences with a Size Standard of 1,000 employees. Comments on this NAICS and suggestions for an alternative must include supporting rationale.



The government intends to compete this requirement either as a set-aside or full and open based on the responsiveness of the RFI. Your response should identify your business size (large or small) in relation to this NAICS code. The government is interested in businesses certified by the U.S. Small Business Administration (SBA) as an 8(a), Historically Underutilized Business Zone, Small, Small, Woman Owned Business or Service Disabled Veteran Owned Small Businesses capable of performing work outlined on this sources sought synopsis. Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by a small business prime contractor alone.



If there are no qualified small businesses responding, the requirement may be open to both large and small businesses.



Interested parties are requested to submit a statement of capability outlining their capability to provide the services outlined in the PWS, to include performance on current and previous contracts. The capability briefing shall include:




  1. Company name, mailing address, e-mail address, telephone numbers, website address (if applicable), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives.

  2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses in regards to past work on similar requirements.

  3. Unique Entity ID number (SAM.gov), CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM, at www.sam.gov) to be considered as potential sources.

  4. Entity business size (large or small) in relation to NAICS code 541715 and exclusion/debarment status. In regards to small business, the Government is interested in businesses certified by the U.S. Small Business Administration (SBA) as an 8(a), Historically Underutilized Business Zone (HUBZone), Small Business, Woman-Owned Small Business, or Service-Disabled Veteran-Owned Small Businesses capable of performing work outlined on the PWS. Small businesses are advised however, that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the small business concern.

  5. The capability briefing shall be UNCLASSIFIED.



Any information provided by industry to the Government as a result of this sources sought is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industry’s responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, at a minimum 12 font size, 8 ½ x 11-inch pages.



Contractors capable of providing these services should submit their Capability Statement along with all required information to Contract Specialist Keisha Teixeira at keisha.teixeira.1.ctr@us.af.mil and Contracting Officer Shannon Weston at shannon.weston.1@us.af.mil.





Responses shall be received No Later Than 27 March 2023, 10:00 A.M. Eastern Standard Time (EST).





Note: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as .doc or .pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements.





Description of Services: The Secretary of the Air Force (SecAF), Office of Studies and Analysis (SAF) currently manages multiple M&S tools and associated databases to analyze the air, space, cyber, and joint campaigns in support of the yearly Planning, Programming, Budget, and execution (PPBE) process. These tools range from engagement level, through mission level, to campaign level models. Each model portrays a different aspect of combat. Engagement level models typically support analysis of one or a few friendly systems versus one or a few threat systems, embedded in networks of associated communications and sensor architectures. Mission level models are used to analyze the effectiveness of multiple integrated friendly networks against an integrated friendly networks against an integrated enemy threat. Campaign levels models attempt to portray the effects multiple integrated systems and networks can have on an entire air or joint campaign. Refer to attached PWs for additional information.


Attachments/Links
Contact Information View Changes
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 >