Federal Bid

Last Updated on 03 Dec 2014 at 10 AM
Sources Sought
Location Unknown

TopVue CDRLvue software and basic user training; CDRLvue Data Transfer

Solicitation ID FA8604-15-M-7006
Posted Date 04 Nov 2014 at 2 PM
Archive Date 03 Dec 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Wpafb (Includes Pz, Wl, Ww, Wi, Wn, Wk, Lp, Wf, Wk)
Agency Department Of Defense
Location United states
 This is a Sources Sought Synopsis; there is no solicitation available at this time.  Requests for solicitation will receive no response.  This Sources Sought Synopsis is published for market research purposes only.  This Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements for providing Contract Data Requirements List Vue (CDRL Vue) software maintenance renewal and basic user training.

The Air Force anticipates a Firm Fixed Price contract will be awarded.  The Air Force anticipates a twelve-month Period of Performance (POP) on the base contract with possible four (4) one-year options. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation.

Information is being collected from all potential sources at this time.  Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB),  8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone).  The National American Industry Classification System (NAICS) code for this action is 511210.  All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM.  The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable.  Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.

All interested parties shall submit a capabilities package. 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, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract, and what the scope of the experience was.  Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.  Interested contractors will clearly explain how they intend to meet the stated requirements.  Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable.  Please submit one (1) electronic copy of your response to [email protected].  Statements should be submitted no later than 18 November 2014 3:00 PM E.T.  The Government will endeavor to answer any questions interested parties may have.  All questions must be submitted in writing to [email protected].

The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice.  This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach.  The Government reserves the right to reject in whole or part any industry input as a result of this announcement.  The Government recognizes that proprietary data may be a part of this effort.  If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information.  If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website.

If you have any questions, you may contact Allison Staloch, [email protected].

Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 22 Apr 2021 at 6 PM
Elmendorf Texas 28 Sep 2005 at 5 AM
Colorado springs Colorado 01 Sep 2005 at 5 AM
Jber Alaska 29 Sep 2005 at 5 AM
Colorado springs Colorado 05 Apr 2006 at 4 AM