The RFP Database
New business relationships start here

Applied Cyber Operations Training (ACOT) II


Oklahoma, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 


Air Combat Command's (ACC) 38th Contracting Squadron (38 CONS) requests information from our industry partners as part of market research policies and procedures outlined in Federal Acquisition Regulation (FAR) Part 10.  Our goal is to determine the existence and prevalence of contractors qualified to meet the ACOT requirement.


1.  THIS IS A SOURCES SOUGHT ONLY.  It is not a Request for Proposal (RFP), A Request for Quotation (RFQ), an Invitation for Bid (IFB) or an indication the US Air Force (AF) or 38 CONS will contract for the items contained in the sources sought.  38 CONS will not pay respondents for information provided in response to this sources sought.


 2.  The USG is proposing to award multiple Blanket Purchase Agreements (BPA) utilizing a Small Business set-aside.  The North American Industry Classification Systems (NAICS) Code proposed for this requirement is 611420.  The size standard for NAICS 611420 is $11 Million.  The Government is interested in all Small Businesses that are interested in performing this requirement.  The USG requests interested parties submit a brief description of their business size (i.e. annual revenue and employee size), business status (Small Business of type of Small Business), anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.   Any response involving teaming arrangements should differentiate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.  Specify whether the teaming partners are large or small businesses.  List any current contracting vehicles you are currently performing on, such as GSA, GWACS, NETCENTS, OASIS, etc.  In addition, request you provide a list of any NAICS you believe are more applicable to this requirement.


 3.  Submissions to this notice must provide a capability narrative that includes information as to how your company can provide the work detailed in the Performance Work Statement (PWS) and attached ACOT questions.  Please include your point of contract's name, phone number, fax number, e-mail address, mailing address, DUNS, and Cage Code.  Also, a response to the questions below is requested to help facilitate the determination of appropriate contract type and acquisition strategy.


 a.  Provide your enrollment status in the System for Award Management (SAM).  If you are enrolled please provide the expiration date.


 b.  Identify your company's size status for each NAICS and any other socio economic status.


 c.  List any contract vehicles you are affiliated with and for which this requirement would be considered in scope.


 d.  Explain whether your company can provide the best pricing arrangement under an existing contract or open market.


 e.  Identify the contract type (e.g. Firm Fixed Price (FFP), Cost Type, etc.) you believe is appropriate for the requirement and any limitations to your ability to propose a FFP.


 f.  Identify how you could meet the AF goal for cost savings in the out years through a pricing methodology or otherwise. 


 g.  Identify what you, as a vendor, see as competitive barriers?  How could they be eliminated?


h.  Identify what business, trade, legal, political and other developments affect you as a vendor in the market?


i.  Do you have experience working with other Government agencies on similar requirements?  If so, list agency names and name of contract and brief description of service provided.


 4.  Interested vendors should address potential organizational conflicts of interest; reference FAR 9.505-1 and if applicable submit mitigation plans with capability statements.  The mitigation plan is not part of the capability statement.


 5.  Provide responses electronically.  All responses must be written, using 12-point, Times New Roman Font, and a minimum of one-inch margins, in Microsoft Word format.  Responses that only provide a company website will not be considered.  Responses to this sources sought are requested by 1:00pm CST on July 12, 2019.  All responses shall be unclassified and reviewed to ensure consideration. 


Shela M. Colon, Contracting Officer, Phone 4057368736, Email shela.colon.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP