Search Contract Opportunities

USAF A3 Checkmate

ID: RFQ1555843 • Type: Solicitation

Description

1. PURPOSE THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Vendors are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP that may be issued. 2. OBJECTIVES One objective of this RFI is to identify potential vendors (large, small, and socioeconomic concerns) under GSA OASIS 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. 3. BACKGROUND The Checkmate directorate within Air Force Operations, (AF/A3K) requires Contractor assistance with gathering information, providing advice, opinions, recommendations, and ideas to the Chief of Staff of the Air Force (CSAF) and other Department of the Air Force (DAF) leaders. The Checkmate directorate develops operational strategies and concepts to inform sound decision-making, focusing on the near-term, current operational challenges inherit in the National Military Strategy. To assist Checkmate, the Contractor shall provide expertise on the decision-making process used by the Joint Chiefs of Staff (JCS) Tank and the National Security Council (NSC); formal and crisis planning practice; and help to anticipate pro and resolve problems. The Contractor shall serve as an immediate "think tank" capability to the AF/A3 and the respective staff, and serves as a single source of cross-functional expertise for process facilitation within and outside the headquarters to further the air, space and cyberspace operational vision. In order to maintain a core of expertise within the AF/A3, the Contractor shall be required to provide personnel who are knowledgeable of current AF and joint issues and the service position on specific issues. The Contractor shall assist Checkmate in anticipating developments and planning requirements at the institutional, air component and combatant command (CCMD) levels. The Contractor shall compile the required briefing materials and participate in the presentation, assuring that DAF senior leaders receive sound military advice. In general, the Contractor shall provide information gathering and strategic analysis to support Checkmate's efforts to effectively employ warfighting capabilities. The subject matter experts (SMEs) provide regional knowledge and advise service level effort in planning current and future contingency operations with regard to the six regional and functional aspects detailed within the Performance Work Statement. The applicable NAICS code for this effort is 541611, Administrative Management and General Management Consulting Services for OASIS SB Pool 1. 4. INSTRUCTIONS AND REPSONSE GUIDELINES Interested parties are requested to respond to this RFI with a capability statement in support of the sections below. Section 1 Administrative Information: Provide administrative information including the following as a minimum: - Name, mailing address, phone number, and e-mail of designated point of contact. - Identify the respondent's CAGE code and DUNS number. - Proprietary information must be clearly marked as such. - Small Business/Socio-Economic status of respondent, if any, (i.e. small business, small disadvantaged business, 8(a) small business, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, and economically-disadvantaged women-owned small business). Section 2 Statements and Questions for the Vendor: The Government seeks feedback and comments on the attached Draft PWS in general, with specific interest in written comments/feedback on the following considerations/sections: 1. Based on industry experience with similar contracts, are the required tasks and performance objectives consistent with this type of effort or are there additional requirements the Government could include to ensure optimal performance of the contract? 2. Is there any area within the PWS where interested parties believe the Government could improve the stated requirements in a clear and unambiguous manner? If so, please identify them and provide recommended language. 3. Is there another NAICS Code that you think would be best suited for this effort? If so, please identify the NAICS and why you deem it more appropriate. Section 3 Capability Approach: Interested parties are requested to provide your capabilities detailing how you will be able to meet all the requirements outlined in the PWS based upon your experience performing under similar efforts. Address all areas in Section II as they are identified in the PWS. a) Identify your capabilities to fulfilling the requirements in the PWS. Include examples of relevant experience (i.e., customer, period of performance, contract type, contract value, description of work performed relevant to the PWS). b) Describe any teaming agreements that will allow you to successfully perform the requirements as outlined in the PWS and how you would envision your company's areas of expertise and those of any proposed JV/partnering/consortium would be combined to meet the specific requirements contained in this PWS. Capability statements should be submitted in Microsoft Word compatible format and are due no later than 18 May 2022, 2:00PM EST. Section 3, Capability Approach responses, shall be limited to 5 pages Calibri or Times new Roman, 11-point font, plus any supporting documents. Government Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Capability statements should be submitted via email to Ms. Shataya Butler at shataya.butler@us.af.mil and Mr. Blakeley Powell at blakeley.powell.1.ctr@us.af.mil. 5. QUESTIONS Questions regarding this announcement shall be submitted to Ms. Shataya Butler at shataya.butler@us.af.mil and Mr. Blakeley Powell at blakeley.powell.1.ctr@us.af.mil within 7 business days of release of this RFI. Verbal questions will NOT be accepted. Questions may be answered by email if the Government feels that the answer would better inform the potential Offerors; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after (12 May 2022) will be answered. 6. SUMMARY THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The information provided in the RFI is subject to change and is not binding on the Government. List of Attachments # Attachment Title 1 Draft Performance Work Statement

Overview

Response Deadline
May 17, 2022 Past Due
Posted
May 3, 2022
Set Aside
None
NAICS
None
PSC
None
Place of Performance
Not Provided
Source

Est. Level of Competition
Average
On 5/2/22 Department of the Air Force issued Solicitation RFQ1555843 for USAF A3 Checkmate due 5/17/22.

Documents

Posted documents for Solicitation RFQ1555843

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation RFQ1555843

Similar Active Opportunities

Open contract opportunities similar to Solicitation RFQ1555843