Comprehensive Cost and Requirements (CCaR) System Support
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 06, 2025 10:56 am EST
- Original Response Date: Jan 30, 2025 05:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Jan 30, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
- NAICS Code:
- 541511 - Custom Computer Programming Services
- Place of Performance: Washington , DC 20330USA
Description
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.
This Sources Sought Synopsis is in support of Market Research being conducted by the Air Force District of Washington Contracting Directorate to identify potential Comprehensive Cost and Requirements (CCaR) System Support. The purpose of this Sources Sought is to determine if this effort can be competitive or a Small Business Set-Aside.
The proposed North American Industry Classification Systems (NAICS) Code is 541511 which have a corresponding Size Standard of $34M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all business sizes. 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.
This service will be conducted at the Pentagon, 1670 Air Force Pentagon, Washington, DC 20330-1670. The anticipated duration of this acquisition is a base period of 12 months, plus (4) 12 month option periods. The estimated award date is September 2025 (FY25).
Interested parties should review the attached Sources Sought. If your company is interested, please submit your capabilities brief. Please include a point of contact from your company to field any potential questions.
Disclaimer: This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future.
Attachments/Links
Contact Information
Contracting Office Address
- ADMIN ONLY NO REQTN CP 240 612 2997 1500 W PERIMETER RD STE 5750
- ANDREWS AFB , MD 20762-6604
- USA
Primary Point of Contact
- Ashley Raymond
- ashley.raymond.2@us.af.mil
Secondary Point of Contact
- Kenya Turner
- kenya.turner@us.af.mil
History
- Jan 30, 2025 11:55 pm ESTSources Sought (Original)