THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR Part 10, Market Research and FAR Part 19, Small Business Programs. This is for planning purposes only.
Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as commitment by the Air Force for any purpose and should refrain from providing proprietary information in response.
INTRODUCTION: This is the initial step in the planning process for Air Force Safety Center Space Safety Services.
The 377 MSG/PKA at Kirtland Air Force Base seeks sources to provide advisory and assistance services for Space Safety activities in AFSEC/SES.
- The Contractor will provide expertise in all aspects of a Space System lifecycle (research, development, design, manufacturing, transport, pre-launch, launch, orbital operations, disposal, reentry, and ground-based systems and activities).
- The Contractor will provide expertise on matters affecting the safe launch and operation of Space Nuclear Systems.
- The Contractor will interface as necessary with DoD, Civil, Commercial, Academic, and international partners, to fulfill meeting assigned objectives and travel as necessary.
377 MSG/PKA anticipates conducting a 8(a) set-aside, competitive acquisition for this effort. The effort is expected to result in a Firm-Fixed-Price contract. The NAICS code is anticipated to be 541690– Other Scientific and Technical Consulting Services, size standard $19 Million.
INSTRUCTIONS:
All businesses capable of demonstrating the ability to meet the requirements of the PWS are invited to respond electronically. Do NOT include any marketing material in the capabilities statement.
Responses shall include company name, address, CAGE code, point of contact with email address and telephone number, and indicate business size (small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using NAICS 541690 – Other Scientific and Technical Consulting Services, size standard $19 Million. The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision.
Statement of capabilities are limited to 5 pages, using Times New Roman 12 Font. At a minimum, the statement of capabilities should:
- Describe the company’s ability to address the tasks described in the PWS including any insight on past performance showcasing your capabilities in performing these tasks.
- Describe how the company complies with any limitations on subcontracting that apply to its business type
- Include any questions or feedback the company has about the Draft PWS
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Responses must be received no later than Wednesday, 30 April 2025 at 1600 hours MDT, addressed to BOTH My Cole Robinson, Contracting Specialist, at my_cole.robinson.1@us.af.mil and Stacey Lee, Contracting Officer at stacey.lee.2@us.af.mil.
Attachment 1- Draft Performance Work Statement