Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:N00019-22-R-ITKBS
This Sources Sought announcement is reserved for 8(a) businesses operating within the United States. The purpose of this announcement is to determine the availability and capabilities of 8(a) business...
This Sources Sought announcement is reserved for 8(a) businesses operating within the United States. The purpose of this announcement is to determine the availability and capabilities of 8(a) businesses interested in performing a planned requirements contract in support of the F-35 Joint Program Office. This is not a solicitation for proposals, and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. This announcement does not contain a bid package or solicitation, and no presentations will be scheduled. All responses shall be provided in writing via e-mail. The F-35 is seeking responses from interested 8(a) firms with current and relevant qualifications, experience, personnel, and capabilities necessary to perform the work described in this announcement and the attached draft Performance Work Statement (PWS). Work will be performed in Arlington, VA. The North American Industry Classification System (NAICS) Code for this requirement is 541513, this industry compromises establishments primarily engaged in providing on-site management and operation of client's computer systems and/or data processing facilities with a Small Business Size Standard of $30.0 million. This particular scope of work is for information technology and support services to the Foreign Military Sales (FMS) Foreign Liaison Office (FLO) F-35 customer base. The requirement is a follow-on effort to work currently performed under contract N6833517C0491. The requirement is planned as a Cost Plus Fixed Fee DoD contract with a one-year base period and four one-year option periods. The planned contract is to provide resources, materials, and services as necessary to perform the tasks defined in the Performance Work Statement (PWS). See the attached draft Performance Work Statement (PWS) for more details. Please note that the PWS draft is subject to change. Interested 8(a) businesses are invited to respond to this sources sought by completing and returning the response form provided. Each responding 8(a) business is requested to provide up to three example projects which best demonstrate its experience performing the type of work covered by this requirement. Within the narrative description section of the response form, describe the projects sufficiently to demonstrate the firm's experience with the types of work described above. Example projects should be representative of NAICS 541513, the description above and scope of the draft PWS. Example projects completed within the past five years are considered more relevant than projects completed more than five years ago. Example projects with federal, state, or local Government, and/or commercial customers will be accepted. Please do not submit more than three (3) example projects. When completing the response form, please be accurate. Responses will allow the Government to determine whether there are a sufficient number of qualified 8(a) businesses to set aside the solicitation for 8(a) business. Please respond to this announcement by 2:00 p.m. EST, 13 Jan 2021 by submitting an e-mail with an attached electronic copy of your response to Sheila.utz@jsf.mil and William.martin@jsf.mil. Please name the subject line of your e-mail as "(Insert Company Name) – F-35 JPO FMS IT Support Services Sources Sought Response". Emails shall be no more than five MB in size. If more than five MB are needed, more than one email may be sent. Please name your attached electronic file response as "(Insert Company Name) – F-35 JPO IT Support Services Sources Sought Response.doc" (or .docx or .pdf as appropriate).