Force Structure Support (FSS) Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Apr 18, 2023 04:47 pm EDT
- Original Response Date: Apr 28, 2023 10:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R706 - SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
- NAICS Code:
- 541614 - Process, Physical Distribution, and Logistics Consulting Services
- Place of Performance: Andrews AFB , MD 20762USA
Description
REQUEST FOR INFORMATION (RFI)
Business Process Reengineering
NAICS Code: 541614 Process, Physical Distribution and Logistics Consulting Services
SB Size Standard: $30.M
PSC: R706 Logistics Support Services
This announcement is not a notice of solicitation issuance. This is a Request for Information (RFI)
for market research purposes only and is not a Request for Proposal (RFP). This announcement
is not to be construed as a commitment by the Government, implied or otherwise, to issue a
solicitation or award a contract. The Government will not pay for any cost incurred in responding to
this announcement. Any information submitted by respondents to this Sources Sought synopsis shall
be voluntary. The information submitted in response to this Sources Sought notice will not be utilized
to determine vendor standing in any future/potential RFP, nor will it be utilized to determine if a
vendor is qualified to submit an RFP for any future/potential requirement. The notice and the
information received shall not be used to determine how well respondents can perform a requirement,
which can only be evaluated in response to a solicitation. Vendors will not receive formal notification
or feedback on any information submitted in this Sources Sought request. Large and small
businesses are invited to answer this market survey to determine market capabilities.
This RFI is being published to identify potential sources capable of providing Information
Technology service support to the Air Force in accordance with (IAW) the attached draft Performance
Work Statement (PWS). This draft has been included to give interested vendors a general
understanding of the nature and scope of work to be performed. This draft is not a final indication of
all services to be performed under this contract effort.
The intended effort will be a Firm Fixed Price (FFP) contract with a one 12-month base period
and four 12-month Option Periods.
Instructions:
To indicate positive interest or submit questions in regards to this requirement, please submit
the following to Air Force District of Washington/Headquarters Air Force (AFDW/PKH):
1. Capability Statement – Businesses are requested to submit a capability statement that
demonstrates your technical capability for completing the attached Draft Performance Work
2
Statement (PWS). The capability statement should be cross-referenced to the Draft PWS and identify
which capabilities are used to accomplish each PWS Task.
2. Strategic Sourcing Vehicles – Please provide a list of any strategic contractual vehicles that are
within scope of the Draft PWS that could be utilized to fulfill this requirement. Strategic sourcing
vehicles include, but are not limited to: GSA Federal Schedule Contracts, DTIC IAC MAC,
decentralized ordering contracts, or any other strategic contract your company is a part.
3. Point of Contact (POC) – Name, telephone number, and email address along with company name,
CAGE Code, DUNS, and Size Standard (this RFI is for a requirement using NAICS Code 541614,
with SB Size Standard $30M).
Required Information:
This request may not directly lead to a Request for Quotation/Proposal (RFP/RFQ). Any interested
party who can offer all of the above may submit an electronic written reply, of not more than 7 pages
in total length, single spaced, 12-point font, and accessible either through Microsoft Word or Adobe
Acrobat addressing each of the above items and defining how their company is capable of ALL
minimum requirements listed above.
Response Deadline:
28 April 2023, 10:00 a.m. ET (Eastern Time)
Where to Send Responses:
Keisha Teixeira, Contract Specialist
E-mail: keisha.teixeira.1.ctr@us.af.mil
Shannon Weston, Contracting Officer
Email: shannon.weston.1@us.af.mil
Contact Information
Contracting Office Address
CP 240 612 2997 1500 W PERIMETER RD STE 5750
ANDREWS AFB , MD 20762-6604
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
- Keisha Teixeira
- keisha.teixeira.1.ctr@us.af.mil
- Phone Number 2406122942
Secondary Point of Contact
- Shannon Weston
- shannon.weston.1@us.af.mil
History
- Apr 21, 2023 04:02 pm EDTSources Sought (Updated)
- Apr 19, 2023 02:45 pm EDTSources Sought (Updated)
- Apr 18, 2023 04:47 pm EDTSources Sought (Original)