Search Contract Opportunities

AFSPC MAJCOM Communication Coordination Center

Type: Sources Sought • ID: FA2517-09-R-9000
If You Don't Win This Contract, We Know Who Probably Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

Posted: Sept. 22, 2009, 12:02 p.m. EDT

This is an Indusrty Invitation only. The Sources Sought Responses are no longer accepted.

Posted: Oct. 1, 2008, 3:23 p.m. EDT
Posted: Sept. 10, 2008, 1:01 p.m. EDT

This Amendment adds POC email addresses to paragraph 11 below and corrected the NAICS title in the Market Research Questionnaire. The previous title was erroneously identified as "Other Computer Related Service". The potential NAICS code is 541513 "Computer Facilities Management Service". All other terms and conditions remain unchanged.

SOURCES SOUGHT
Air Force Space Command (AFSPC)
MAJCOM Communication Coordination Center (MCCC)
FA2517-09-R-9000

1. This sources sought is being published, for market research purposes only, to identify potential sources capable of implementing, integrating, operating and maintaining the AFSPC MCCC. The contractor shall be required to provide a centralized enterprise network, situational awareness, analysis and assessment of operations. The contractor shall be required to interface with other contractors and government agencies in support of issues dealing with systems in areas where the contractor is the functional manager.

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

3. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost 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 industries responses to this notice may be used in the development of an acquisition strategy and future RFP.

4. If you responded to the previous sources sought under solicitation FA2517-08-R-9002 you need not respond to this notice. Previous responses will be included in the final market survey analysis.

5. The Government is contemplating North American Industry Classification Systems (NAICS) Code 541513 (Computer Facilities Management Services) for this requirement. The size standard is $25M.

6. Responses to this sources sought synopsis will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition, or as a set-aside under a small business set-aside or 8(a) procedures. Respondents shall indicate in their responses whether they qualify under NAICS Code 541513 with a size standard of $25 million as a small business.

7. The Government is contemplating a period of performance for this contract of one (1) base year with four (4) option years, which may be exercised to extend the period of performance. The estimated contract start date is October/November 2009, with a 30 day Phase-In Period. The current contract type is Time-and-Materials; however the government is considering issuing this contract as Firm Fixed Price and/or Cost contract. The contractor shall have ability to obtain employees with a variety of government security clearances.

8. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement listed above. The statement of capability shall include:

a. Vendor Name
b. Address
c. Point of Contact (POC)
d. Contact Phone Number(s)
e. Contact E-mail Address
f. CAGE Code
g. Small Business Category
h. Company's Business Size (i.e. annual revenues and employee size)
i. Brief Introduction of Company
j. Anticipated Teaming Arrangements (delineate between work accomplished by prime and work accomplished by teaming partners)
k. Description of Relevant Contract Experience (Government and Commercial)
i. Contract Number
ii. Requirements Description
iii. Relevance to MCCC Requirement
iv. Total Contract Value (to include initial award amount and any modifications (description and value)
v. Place of performance
vi. Organization to which contract is executed
1. POC Name
2. Phone Number(s)
3. E-mail address
l. Complete Attached Market Research Questionnaire

9. Again, any information submitted by the respondents to this source sought synopsis is strictly voluntary. The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 font size, 8 1 2 x 11-inch pages. The submitted information shall be UNCLASSIFIED.

10. Pursuant to AFFARS 5352.201this sources sought synopsis contains the clause 5352.201-9101 Ombudsman. As prescribed in 5301.9103 Ombudsman (AUG 2005)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, (719) 554-5250, fax (719) 554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

11. Only electronic responses shall be accepted. Response shall be received no later than
12:00 P.M. (1200 hrs) Mountain Standard Time (MST), Friday, 12 September 2008. Each submission should be virus scanned prior to being sent via e-mail to the POCs listed above. Point of Contacts: Theresa Coffenberry, Contracting Officer, Email Theresa.Coffenberry@peterson.af.mil, Phone (719) 556-0048, Fax (719) 556-7900 or Diana Lynch-Maldonado, Contract Specialist, Email Diana.Lynch-Maldonado@peterson.af.mil, Phone (719) 556-0135, Fax (719) 556-7900.

NOTE: Email submissions are subject to size and type restrictions (typically limited to less than 1 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 package was received and can be viewed. All responses must address each of the above stated requirements.

Overview

Response Deadline
Oct. 8, 2008, 7:00 p.m. EDT (original: Sept. 12, 2008, 1:00 p.m. EDT) Past Due
Posted
Sept. 10, 2008, 1:01 p.m. EDT (updated: Sept. 22, 2009, 12:02 p.m. EDT)
Set Aside
None
Place of Performance
The primary location to provide these services is Schriever AFB CO, Buildings 301 and 400, with contingency locations at Buildings 1844 Peterson AFB CO, and Technical Control Facility (TCF) room 3301 Cheyenne Mountain AFS CO, Building 12000 Vandenberg AFB CA, and various locations within the MCCC AOR. Colorad Springs, CO 80914 USA
Source
SAM

Current SBA Size Standard
$37 Million
Pricing
Fixed Price; Time And Materials;
Est. Level of Competition
Low
Odds of Award
37%
On 9/10/08 Space Force issued Sources Sought FA2517-09-R-9000 for AFSPC MAJCOM Communication Coordination Center due 10/8/08. The opportunity was issued full & open with NAICS 541513 and PSC D.
Primary Contact
Title
Contract Specialist
Name
Diana Lynch-Maldonado   Profile
Phone
(719) 556-0135
Fax
(719) 556-7900

Secondary Contact

Title
Ms.
Name
LeAunna Suko Ingram   Profile
Phone
(719) 556-4518
Fax
719-556-7900

Documents

Posted documents for Sources Sought FA2517-09-R-9000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA2517-09-R-9000

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA2517-09-R-9000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFSPC > FA2517 21 CONS
FPDS Organization Code
5700-FA2517
Source Organization Code
100015301
Last Updated
June 25, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 25, 2019