**REQUEST FOR INFORMATION (RFI)**
SPACE ACQUISITION MANAGEMENT – DIRECTORATE (SAM-D)
HQ USSPACECOM EMULATION STUDY
THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal (RFP) or Request for Quotations (RFQ)) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not at this time seeking proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party’s expense. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified.
Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. Information submitted shall be unclassified, and to the maximum extent possible, please submit non- proprietary information. Any proprietary information submitted must be identified as such and will be handled accordingly and protected from disclosure. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government shall not be liable for damages related to proprietary information that is not properly identified.
All Government personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. All members of the government will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligation to afford protection under the Trade Secrets Act, 18 U.S.C. 1905.
The anticipated NAICS is 541690 – Other Scientific &Technical Consulting Services with a small business size standard of $16.5M. Service Code is anticipated to be B529 Special Studies/Analysis-Scientific Data.
DESCRIPTION
Requirement Overview.
This contract provides non-personal services to HQ USSPACECOM. In no instance shall this contract be used for Inherently Governmental Functions. In all cases, Government personnel supervising contract personnel under the auspices of this contract shall be responsible to execute these actions. All briefings, policies, and plans that are developed, reviewed, created, etc., shall be studied and approved by a Government entity.
Anticipated Period of Performance.
Base Period: 1 Aug 2021 – 31 Jul 2022
Option Period 1: 1 Aug 2022 – 31 Jul 2023
Option Period 2: 1 Aug 2023 – 31 Jul 2024
Option Period 3: 1 Aug 2024 – 31 Jul 2025
Option Period 4: 1 Aug 2025 – 31 Jul 2026
FAR 52.217-8: 1 Aug 2026 – 31 Jan 2027
Place of Performance. Primarily at the contractor location with periodic site visits to USSPACECOM offices.
This RFI is issued to gather information regarding market capabilities in preparation of a potential solicitation for professional services as required by USSPACECOM.
Please provide a response to the items listed below.
Provide no more than 5 pages addressing whether your company and/or your teammate/subcontractor have the capabilities and the experience to support the requirements listed below.
If subcontractor/teammates are known, please identify and address which capabilities they would support. If not known but your company doesn’t have the capabilities to support that requirement, then please address this too.
Overview of Emulation Study Requirements
Address whether or not your company is a small business and what small business socio-economics your company is under NAICS Code 541690. Provide your company’s Cage & DUNS code.
Address whether or not NAICS Code 541690 is the most appropriate for this requirement, and if not provide another potential NAICS Code(s) which may be considered a more appropriate and why?
Is your company capable of recruiting and retaining all required employees, with the appropriate clearances and badges within 30 calendar days after contract award in order to meet the start date?
Is 30 calendar days after contract award sufficient time to recruit and retain all required employees?
5 - Place of Performance.
Does your company have the ability to perform at the Place of Performance site(s)?
NOTE: This is yet to be determined but the RFP may contain Controlled Unclassified Information (CUI). If this is the case, the Government will post the RFP but will not attach the document(s) with CUI. If your company is interest in proposing to this requirement, then your company will need to notify the Government and have an active Certification from the Defense Logistics Agency Joint Certification Program (DLA JCP). Once verified that your company has an active certificate, then the Government will provide these documents to your company via DoD Safe. See websites below.
https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/
https://safe.apps.mil/
Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. SpOC/SAM-D will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued.
Please email your responses & questions to both email addresses as listed below NLT 1400 MST on 13 Jul 2021: [email protected] and [email protected]