BPA Enterprise Planning Studies and Consulting
The responses to this Sources Sought will be utilized to determine if any increased Small Business opportunities exist. All Small Business categories will be considered. Any resultant solicitation wil... The responses to this Sources Sought will be utilized to determine if any increased Small Business opportunities exist. All Small Business categories will be considered. Any resultant solicitation will be released on the Government Services Administration (GSA) e-buy website under GSA category 874.1, Integrated Consulting Services. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION The F-35 Joint Program Office (JPO) at Arlington, VA currently has a multiple award Blanket Purchase Agreement (BPA) under GSA Special Item Number (SIN) 874-1. The BPA will compete acquisitions related to studies and provide focused consulting services to improve the acquisition of the F-35 Air System and/or the organizational structure of the F-35 JPO. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is R408; the NAICS is 541611, Administrative Management and General Management Consulting Services. All interested small businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of adding Small Business/Other Socio-economic companies to the existing multiple award BPA. As such, all eligible SB/SDVOSBs/8(a)/etc are encouraged to respond. PROGRAM BACKGROUND The F-35 Joint Program Office (JPO) is the Department of Defense's (DoD) focal point for defining affordable next generation strike aircraft weapon systems for the Navy, Air Force, Marines and our allies. The F-35 is the next generation strike fighter bringing cutting edge technologies to the battle space of the future. The F-35s advanced airframe, autonomic logistics, avionics, propulsion systems, stealth, and firepower will ensure that the F-35 is the most affordable, lethal, supportable and survivable aircraft ever to be used by so many warfighters around the world. ANTICIPATED PERIOD OF PERFORMANCE This BPA was previously awarded on 11 April 2018 and has a period of performance through 10 April 2023. All contractors added to the BPA will have a period of performance end date of 10 April 2023. ANTICIPATED CONTRACT TYPE BPA calls awarded under this agreement are anticipated to be Firm Fixed Price (FFP). REQUIREMENTS See attached F-35 Joint Program Office Enterprise Planning Studies and Consulting Statement of Work (SOW). SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 20 pages in length, single spaced, 12 point font minimum) demonstrating the ability to perform services listed in the SOW in accordance with the BPA terms and conditions. This documentation must address, at a minimum, the following: Company name, office location, CAGE code, DUNS number, POC name and contact information, etc.; Indicate your Small Business Category: Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern; GSA FSS number and rates (for informational purposes only); Describe past projects both Corporate and/or Government similar in scope, size and complexity to the work described in the BPA SOW. Including experience that has been completed or substantially completed within the past five (5) years. Provide the following information in connection with each of the examples of experience provided: Period of performance. State performance responsibility either as prime or subcontractor. Description of work performed. Innovative and/or proactive approach executed. The capability statement package shall be sent to Jacee.Stumpf@jsf.mil, Chloe.Williams@jsf.mil, and Andrew.Smith@jsf.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Time on 20 March 2019. Questions or comments regarding this notice may be addressed to Jacee Stumpf at (703) 602-8230 or Chloe Williams via at (703) 602-9598.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »