MOBILIZATION PLANNING & PROCEDURES (MPPP)
The purpose of this Sources Sought is to obtain knowledge of potential, qualified vendors. It is only for informational purposes. It does not constitute an Invitation for Bid (IFB), Request for Propos... The purpose of this Sources Sought is to obtain knowledge of potential, qualified vendors. It is only for informational purposes. It does not constitute an Invitation for Bid (IFB), Request for Proposal (RFP), and is not to be construed as a commitment by the Government. The Government will not reimburse vendors for any cost(s) incurred for their participation in this survey. All submitted information will only be considered for the purpose of determining whether conducting a competitive acquisition is possible for the Government. All responses must provide clear and concise documentation that indicates a potential vendor's bona fide capability to provide the service described below. Respondents must provide a Capability Statement that addresses their organization's qualifications, and the ability to perform the below listed service as the prime contractor, in accordance with the attached DRAFT Performance Work Statement (PWS). All submitted information should fully support the vendor's definite capability and shall be provided at no cost to the Government. Submissions should contain the following: - Company Name, Address, POCs, Phone Number(s), Email Address(es), Cage Code - Brief resume of performance of similar services of the magnitude described below, in accordance with the DRAFT Performance Work Statement (PWS). - Contract number(s) and Points of Contact (POCs) for those contracts - Statement of whether the company is domestic or foreign owned - Size of business pursuant to NAICS code 541611; Business Size Standard $15 million DESCRIPTION: Mobilization Planning, Policy, and Procedures- Joint Base Andrews MD or The Pentagon (Washington, DC). The requesting organization is the War Planning and Policy Division, HAF/A3OD. The purpose of this effort is to provide non-personal service support (2 FTEs) to review mobilization requests from the Service Force Providers and generate staff packages for SecAF (or designee) approval. Additionally, the contractors provide subject matter expertise for the division's formulation of Air Force policy and procedures that are used by the Service Force Providers, Air National Guard, and Air Force Reserve to identify and order units and individuals to active duty in a mobilized status. The Contractor shall be responsible for providing a wide range of functions within the Air Force mission to train and assist Air Staff action officers in performing tasks in Operations, Air Expeditionary Force (AEF), AF/Joint Strategic Analysis, AF Planning Data Analysis, and Global Force Management areas of effort on-site in support of the AF/A3OD effort in the Greater Washington D.C. area. Responses must be received no later than 09:00 AM (EST), 31 January 2019. Any potential vendors who are not capable of providing the services described below, please do not respond. Any potential vendors who may be interested in participating in a future acquisition for this requirement should respond to this Sources Sought notice by responding in the Federal Business Opportunities electronic system (https://www.fbo.gov/) or by contacting the POC below via e-mail: Ms. LaPrincess D. Allen laprincess.d.allen.ctr@mail.mil Contract Specialist -OR- Gage Asper, SSgt, USAF gage.p.asper.mil@mail.mil Contracting Officer This is a Sources Sought synopsis only, and not a pre-solicitation notice pursuant to Federal Acquisition Regulation (FAR) Part 5, Publicizing Contract Actions. This Sources Sought is to ascertain potential vendors and the availability of commercial sources and services in accordance with (IAW) FAR Part 10, Market Research. The purpose of this Sources Sought is to obtain knowledge of potential, qualified vendors. It is only for informational purposes. It does not constitute an Invitation for Bid (IFB), Request for Proposal (RFP), and is not to be construed as a commitment by the Government. The Government will not reimburse vendors for any cost(s) incurred for their participation in this survey. All submitted information will only be considered for the purpose of determining whether conducting a competitive acquisition is possible for the Government. All responses must provide clear and concise documentation that indicates a potential vendor's bona fide capability to provide the service described below. Respondents must provide a Capability Statement that addresses their organization's qualifications, and the ability to perform the below listed service as the prime contractor, in accordance with the attached DRAFT Performance Work Statement (PWS). All submitted information should fully support the vendor's definite capability and shall be provided at no cost to the Government. Submissions should contain the following: - Company Name, Address, POCs, Phone Number(s), Email Address(es), Cage Code - Brief resume of performance of similar services of the magnitude described below, in accordance with the DRAFT Performance Work Statement (PWS). - Contract number(s) and Points of Contact (POCs) for those contracts - Statement of whether the company is domestic or foreign owned - Size of business pursuant to NAICS code 541611; Business Size Standard $15 million The Government intends to use NAICS 541611 In addition to your responses, please address the following four (4) questions. 1. How does your company intend to supply the needs of this acquisition (fully supply from existing company resources, teaming arrangements, subcontract the work out)? 2. Based on your review of the PWS, provide any recommendations that you believe would clarify the requirements of the PWS? 3. What is your recommended NAICS for this effort if other than the Government suggested NAICS? 4. What is your company's methodology for providing qualified personnel for this support effort? DESCRIPTION: Mobilization Planning, Policy, and Procedures- Joint Base Andrews MD or The Pentagon (Washington, DC). The requesting organization is the War Planning and Policy Division, HAF/A3OD. The purpose of this effort is to provide non-personal service support (2 FTEs) to review mobilization requests from the Service Force Providers and generate staff packages for SecAF (or designee) approval. Additionally, the contractors provide subject matter expertise for the division's formulation of Air Force policy and procedures that are used by the Service Force Providers, Air National Guard, and Air Force Reserve to identify and order units and individuals to active duty in a mobilized status. The Contractor shall be responsible for providing a wide range of functions within the Air Force mission to train and assist Air Staff action officers in performing tasks in Operations, Air Expeditionary Force (AEF), AF/Joint Strategic Analysis, AF Planning Data Analysis, and Global Force Management areas of effort on-site in support of the AF/A3OD effort in the Greater Washington D.C. area. Responses must be received no later than 09:00 AM (EST), 31 January 2019. Any potential vendors who are not capable of providing the services described below, please do not respond. Any potential vendors who may be interested in participating in a future acquisition for this requirement should respond to this Sources Sought notice by responding in the Federal Business Opportunities electronic system (https://www.fbo.gov/) or by contacting the POC below via e-mail: Ms. LaPrincess D. Allen laprincess.d.allen.ctr@mail.mil Contract Specialist -OR- Gage Asper, SSgt, USAF gage.p.asper.mil@mail.mil Contracting Officer
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »