Federal Bid

Last Updated on 16 Apr 2016 at 8 AM
Sources Sought
Location Unknown

NAF Mobile Application

Solicitation ID FA2521-16-Q-B019
Posted Date 23 Mar 2016 at 7 PM
Archive Date 16 Apr 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location United states
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government.

The Request for Quotation (RFQ) number is FA2521-16-Q-B019 shall be used to reference any written responses to this source sought.

Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 541511 . The size standard for NAICS is $27.5M.

The purpose of this requirement is to launch a mobile application that will serve as a portal for information and communication between the 45 Force Support Squadron and their customers.

STATEMENT OF WORK

1. SCOPE OF WORK
The contractor shall supply manpower and equipment to design, develop, and launch a mobile application that will serve as a portal for information and communication between the 45 Force Support Squadron and their customers. The mobile application is required to be compatible with all mobile platforms and operating systems (Apple, Android, and Windows), send unlimited push notifications to users, upload in app web browser links, videos, and photographs, have an events calendar, have a scrolling banner of featured advertisements, space to advertise menus as well as food and beverage specials, a tip calculator, and a QR scanner. All content relative to the 45 Force Support Squadron, and thus subject to change, must be accessible from an operation management interface which can be updated from Force Support Squadron computers at Patrick Air Force Base. The contractor will supply technical support and continuous development as the app and platforms change to properly suit the need for communication with customers.

2. PERIOD OF PERFORMANCE
This contract will be performed for one calendar year

3. PHYSICAL LOCATION
All work will be performed at the site(s) of the contractor's normal business

4. SUPPLIES AND EQUIPMENT
Contractor will supply all labor and equipment necessary to perform the identified services

5. PAYMENT RATE
The 45 Force Support Squadron's FSS Direct section will pay for all services on a pro-rated monthly basis with a Government Credit Card.

6. ACCEPTANCE CRITERIA
The POC or their designated representative will verify that the service was/is acceptable once delivered to the 45 Force Support Squadron, before and after launching to the mobile application stores.

7. SPECIAL REQUIREMENTS
If needed, contractor will be granted access to Patrick AFB to work on the services outlined in this contract.

45 CONS is interested in any size business that is capable of meeting this requirement.

The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision."

As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.

Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.) employees on this effort.

Services Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.

Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.

Responses may be submitted electronically to the following e-mail address: [email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-16-Q-B019, 1201 Edward H. White II Street, Bldg. 423, Room N-206, Patrick AFB, FL 32925-3238.

RESPONSES ARE DUE NO LATER THAN 01 April 2016, 3:00 PM EST.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 17 Feb 2016 at 7 PM
Wolfe West virginia 14 Apr 2014 at 9 PM
Location Unknown 19 Dec 2019 at 9 PM
Edwards California 09 Aug 2021 at 7 PM
Location Unknown 15 Mar 2017 at 5 PM

Similar Opportunities

Colorado springs Colorado 30 Aug 2028 at 4 PM
Colorado springs Colorado 30 Aug 2028 at 4 PM
Colorado springs Colorado 30 Aug 2028 at 4 PM
Colorado springs Colorado 30 Aug 2028 at 4 PM