Procurement of Complex Analyst Maintenance – Engineering Services
SOURCES SOUGHT SYNOPSIS:
Solicitation Number: Notice Type:
FA8224-24-0044KH Sources Sought Synopsis:
1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.
1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist. This is a follow-on effort for a requirement already accepted into the SBA’s 8(a) Program. At this time, we are only requesting responses from contractors within the 8(a) Program. The proposed North American Industry Classification Systems (NAICS) Code is 541330 which has a corresponding Size standard of $25.5M The Government will use this information to determine the best acquisition strategy for this procurement. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. 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.
2. Program Details:
The purpose of this Indefinite Delivery/Indefinite Quantity (ID/IQ) contract is to provide Government personnel access to application analysis and modernization for the Ogden Air Logistics Complex (OO-ALC) at Hill Air Force Base (HAFB), Utah. This effort includes application modernization recommendations, analysis, compatibility, and integration of data collection, project management, and industry best practices for process improvements required to support the HAFB OO-ALC. Service requirements include Subject Matter Expertise (SME) in new manufacturing, production metrics, engineering, and technical writing.
The contractor shall provide baseline and maintenance of master schedules, analysis on production metrics, engineering support to aircraft workload automated tracking and reporting, development and production of technical documentation, improved maintenance, repair, and overhaul support activities, engineering analysis, and diagnostic expertise.
The contractor shall provide analysis and data-driven results to Group and Squadron Leadership. Contractor-generated data shall focus on constraints, opportunities, and modernizing functionality for resolving current tactical restraints. Additionally, the contractor shall promote the standardization of processes across the Groups within the Complex.
The objectives and requirements further identified within the PWS are described in general terms. Individual Task Order requirements will specifically define project requirements, deliverables, scheduling, and other related performance criteria.
3. Instructions:
The Government requests interested parties provide the following information (please limit your response to no more than 4 pages):
a. Company Name and Commercial and Government Entity (CAGE) code.
b. Name, phone number, and email address for point of contact(s).
c. The applicable NAICS code for this acquisition is 541330. Based on this NAICS code what is your size status?
___ Small Business
___Small Disadvantaged
___ Women‐Owned
___Veteran‐Owned
___Service Disabled Veteran Owned
___Hub‐zone
___8(a)
___Large Business
d. Are you currently registered in SAM and WAWF?
e. The NAICS Code selected for this potential requirement is 541330, which has a size standard of $25.5M. If you disagree that 541330 is the proper NAICS Code, please submit that comment to the requiring activity along with what NAICS Code you believe this should be classified under.
f. You are encouraged to provide any documentation to support your business's capability in meeting these requirements. Failure to provide this type of documentation may result in the Government being unable to adequately assess your business’s capabilities to provide the work need.
g. Questions relative to this market survey should be addressed to the contacts provided below. The question must contain a phone number and email address for responses.
h. Please provide all responses to this survey - to include any questions or comments you might have - to the requiring activity no later than Monday March 4th, 2024 at 12:00 pm MST to Kevin Hutchison via email: kevin.hutchison.2@us.af.mil or Jason Neering via email: jason.neering@us.af.mil