Inactive
Notice ID:SSS-MR-1
NOTICE: This is not a solicitation, but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. This Sources Sought Synopsis is in support of Market...
NOTICE: This is not a solicitation, but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. This Sources Sought Synopsis is in support of Market Research being conducted to identify potential sources for Contractor Logistics Support (CLS) for multiple Air Force terrestrial-based air surveillance sensors used to detect and track threats in support of the air sovereignty and aerospace defense missions of North American Aerospace Defense (NORAD)/United States Northern Command (NORTHCOM). This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The Government is interested in all businesses to include Large Business, Small Business, 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice, if applicable, and identify your small business status. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government requests that interested parties include details to provide all or some of the required services. This Sources Sought Synopsis is issued solely for informational and planning purposes. No funds are available to fund the information requested and the Government will not reimburse costs incurred while developing a response to this Sources Sought. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. The specific requirement for this effort is found in Attachment 1. Requested Information Submit the following information: Company Name and Address Commercial and Government Entity (CAGE) Code DUNs Number Point of Contact for questions and/or clarifications Name, telephone number, fax number, and email address for General and Security Point of Contacts Explain ability to store, work with, and electronically process SECRET-level and SECRET-Special Access information Web Page URL Teaming Partners (if applicable) Identify any relevant Indefinite Delivery Indefinite Quantity (IDIQ) vehicles the company holds with the Government, if applicable Identify any relevant Blanket Purchase Agreement vehicles the company holds with the Government, if applicable Identify any relevant experience with CLS, 2-level maintenance, of air surveillance systems relevant to this effort, if applicable. State whether your company is: Large Business (Yes / No) Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Veteran Small Business (Yes / No) Central Contractor Registration (CCR) (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership) Please answer the following question: As a small or large business, do you believe conditions exist for a small business set-aside in accordance with FAR 19.502-3(a) for any portion of the requirement described above? If yes, please indicate which portion of the requirement and the most appropriate NAICS code for each portion. Submission Instructions Final date for submittal of questions is Friday, 20 August 2021 at 5:00 PM (EST). Final date for submittal of responses is Friday, 27 August 2021 at 5:00 PM (EST). Interested parties shall respond to this Sources Sought Synopsis by contacting the Contracting Officer Ms. Brenda Bigelow via email, Brenda.Bigelow@us.af.mil and the Contract Specialist, Joseph Spear, Joseph.Spear@us.af.mil. Responses and/or questions to this synopsis will be posted through Beta SAM.