The RFP Database
New business relationships start here

RFI - Interactive Medical Multimedia Development and Support


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

This is a SOURCES SOUGHT Notice (RFI) for market research purposes only in accordance with Federal Acquisition Regulation (FAR) Part 10 for the upcoming acquisition for the United States Air Force Academy. DO NOT submit a quote or proposal in response to this synopsis. The Commodities and Services Flight, 10th Contracting Squadron (10 CONS), USAF Academy (USAFA), Colorado, seeks information concerning firms interested , to include small business socio-economic categories capable and qualified of providing Interactive Medical Multimedia Development and Support. The draft Performance Work Statement is attached to this RFI.

This Sources Sought notice shall not be construed as a formal solicitation or as an obligation on the part of 10 CONS to acquire any products or services. Information provided to 10 CONS in response to this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately on the General Services Administration (GSA) website (www.ebuy.gsa.gov/ebuy/) and on FedBizOpps (www.fbo.gov) at a future date. 10 CONS is interested only in identifying interested and capable contractors for this service and receiving industry feedback to improve the acquisition process as part of market research. This sources sought is issued for determining if there are responsive small business concerns capable of meeting the requirement. Interested vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status - which must be signed by a company officer with authority to bind the company.


The planned North American Industry Classification System (NAICS) code is 512110, Motion Picture and Video Production. The small business size standard is $32,500,000.00 annually.


Small Business (SB) Set-Aside Determination: 10 CONS reserves the right to determine if a SB set-aside is appropriate including specific socio-economic programs (HUB Zone, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 USC 637(a)), or SDVO small businesses) based on responses to this notice and other pertinent information gathered by the contracting officer. In order for 10 CONS to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this notice.


The proposed Blanket Purchase Agreement is for the development and delivery of cutting-edge, evidence-based, medical multimedia programs and products. The draft Performance Work Statement is attached to this RFI.


Delivery is FOB Destination to US Air Force Academy, Colorado Springs, CO.


Comments and/or suggestions on the below salient characteristics are encouraged and may be included in your capabilities package. The Interactive Medical Multimedia Development and Support Performance Work Statement (PWS) is attached to this RFI.


All potential offerors are reminded, in accordance with Federal Acquisition Regulation (FAR) 52.204-7; System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. All businesses capable of providing these electronics training systems are invited to respond.


Interested parties shall provide the following information:
a. Company name, address, Cage Code, DUNS Number, NAICS codes, name of point of contact, telephone number and e-mail address;
b. Small business status (service disabled veteran owned small business, HUB Zone, 8(a), minority business enterprise, etc.), if any;
c. Date of business type certification and company's business size;
d. Annual gross revenue, number of full-time employees by direct labor, indirect labor, and administrative/overhead positions;
d. Company's primary source of business (commercial/private or Government sector);


Interested parties may also provide feedback concerning the following:
a. Is this the appropriate NAICS code? If not, please identify which code is appropriate?
b. Have you ever performed federal government contracts?
c. What are your payment terms?
d. What would you consider "risk" on the contractor's part for this acquisition?
e. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work.
f. Would you be able to participate in weekly video-teleconferences with the customer?
g. Are there any aspects of this requirement which are not consistent with current industry practices?
h. Add any questions specific to the acquisition not included above.


Provide responses by email to louis.montgomery.2@us.af.mil not later than 4:00 pm Mountain Daylight Time on 25 January 2019. The 10th Contracting Squadron is under no obligation to consider information received after 4:00 pm (MDT), 25 January 2019, as part of the formal market research for this acquisition. Submissions shall be limited to fifteen pages, a page is defined as one side of an 8.5 x 11 sheet of paper.


Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be marked "PROPRIETARY INFORMATION." An electronic email response is the accepted method. Failure to submit all information by the submission due date and time will result in a contractor being considered "not interested" in this requirement. Email responses to Miles Montgomery, Contract Specialist at louis.montgomery.2@us.af.mil


This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Quotation (RFQ). No solicitation is 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.


In accordance with FAR Part 52.204-7, contractors must be registered in the System for Award Management (SAM) to be eligible for award. Register at https://www.sam.gov/SAM/. Any future information on this acquisition (statement of work, specifications, Solicitation, etc.) will be posted on www.ebuy.gsa.gov/ebuy/. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes.


For information on Small Business Administration programs, please contact the USAFA Director of Small Business, Bill Wolski at 719-333-4561.


Pursuant to AFFARS Part 5301.9102(c), Mr. James A. Anderson is appointed as the USAFA Ombudsman. The USAFA Ombudsman contact information is: 10 CONS/CD (Mr. James A. Anderson), 8110 Industrial Drive, Suite 103, USAF Academy, CO 80840. Telephone Number:
719-333-2074, FAX: 719-333-9018. Email Address: james.anderson.72@us.af.mil.


Miles Montgomery, Contract Specialist, Email louis.montgomery.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP