Description
SOURCES SOUGHT SYNOPSIS Title: Support for the United States Air Force (USAF) Technical Security Team (TST) in Pakistan for the F-16 and related weapon system security oversight. THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE. The Air Force Security Assistance and Cooperation (AFSAC) Directorate located at Wright-Patterson Air Force Base OH, requests a response of interest and capability to perform this draft requirement synopsis, described below. No solicitation currently exists. This is not a request for quote, request for proposal, or invitation to bid, nor is this to be construed as a commitment by the U.S. Government (Government) to issue a solicitation or obligation to conduct, fund or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for Foreign Military Sales (FMS) programs. Information is being collected from all potential sources at this time. Each company responding should indicate their business size: other than small business, small business, small, disadvantaged business, 8(a), woman-owned, economically disadvantaged women-owned, service-disabled veteran-owned, and/or HUBZone in accordance with the stated North American Industry Classification System (NAICS) code and size standard. The NAICS code assigned to this acquisition is 561990 All Other Support Services, with a size standard of 1,000 employees. Firms responding should indicate their size in relation to this NAICS code. All prospective contractors must be registered in the System for Award Management (www.sam.gov) database to be awarded a DOD contract. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees in this effort. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Any information submitted by respondents to this Sources Sought synopsis is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. Anticipated Period of Performance: Single-Award contract period of performance will consist of a one-year base period (19 June 2027 – 18 June 2028), and two (2) single-year options. The anticipated contract type will be a mix of firm-fixed-price and cost-reimbursable CLIN…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)