Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

B -- Contingency Cost Per Flying Hour Calibration Factors for the Air Force Cost Analysis Agency

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-R-0019
 
Response Due
4/1/2004
 
Archive Date
5/31/2004
 
Point of Contact
bruce.bethers, 703-602-3731
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(Bruce.Bethers@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Combined Synposis/Solicitation is as follows: Description: Defense Contracting Command-Washington (DCC-W) in support of the Air Force Cost Analysis Agency (AFCAA) has a need for updating and refining the physics-based model (PBM) methodology for calibrating the impact that wartime contingency operatio ns have on the consumption of material resources such as depot-level reparables (DLRs) and consumable materials used to support flying operations. The AFCAA needs a contractor to provide senior level cost analyst to provide analytical support to AFCAA/FMF by updating the PBM methodology with new flying hours and consumption data when available, continue working with Air Force MAJCOMSs subject matter experts in normalizing the PBM database for equipment/configuration changes, isolating the effects of deferr ed maintenance and scheduled maintenance, testing for the significance of ground alert aircraft in AFSOC, proposing refinements to the overall methodology such as applying the PBM methodology at lower levels of detail than an aircraft (e.g. by Federal Supp ly Class), and assessing the merits of applying the PBM approach to General Support Division materials used to support the Air Force Flying Hour Program. This anticipated period of performance for this requirement is a base year and four (4) option years. Technical Requirements include: Data Collection and Data Normalization, Model Development, Model Results, Continued Review Support, Reports and Fact Finding / Data Collection. Note, Fact Finding/Data Collection may include trips to locations such as: Wr ight-Patterson AFB, OH; Scot AFB, MO; Randolph AFB, TX and Langley AFB, VA. Performance shall be principally at the contractor??????s facility in the Washington, DC metro area. Meetings and conferences will at times take place in government and private s ector offices outside the Pentagon. The solicitation number is W74V8H-04-R-0019 and is issued as a request for quotation (RFQ). The NAICS Code for this requirement is 561499 and the small business size standard is $6M. The provisions at 52.212-1, Instru ctions to Offerors-Commercial applies to the acquisition. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. Quotations will be evaluated in accordance with Fede ral Acquisition Regulation (FAR) Subpart 13.106-2 Evaluation of quotations or offers. The Government anticipates awarding one contract or task order resulting from this combined synopsis/solicitation to the responsible vendor whose quotations, conforming to this synopsis/solicitation, will offer the BEST PRICE to the Government. The clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following clauses listed are included by reference: 52.217-9; 52.232-33; 52.232-34; 52.232-35; 52.232-36; 52.212-5; 52.222-48; 52.225-14; 52.239-1; 52.252-2; 52.252-6; 252.204-7003; 25 2.204-7004 Alt A; 252.212-7001 (Dev); 252.219-7011; 252.232-7003; 252.243-7001. Quotations submitted must submit a technical proposal to demonstrate how contract requirements will be accomplished. Quotations must be submitted by the Offeror on Company Le tterhead, signed by an Official authorized to negotiate with the Government and sent to the address in the announcement. The point of contact for technical questions about the statement of work should be addressed to Ms. Lynn Davis, Air Force Cost Analysi s Agency at 703-604-0451. Quotations should be submitted to Bruce R. Bethers, Acquisitions Manager, Defense Contracting Command ?????? Washington / CACI, 5200 Army Pentagon, Washington, DC 20310-5200. Phone number is (703) 602-3731; Fax number is (703) 602-3660, no later than April 1, 2004. Due to delays in delivery of regular USPS mail to government offices, there is no guarantee that your quotation will arrive in time to be considered. Full text of all referenced clauses is available for download at www.arnet.gov/far. The Soliciation Nu mber W74V8H-04-R-0019 may be viewed and downloaded at the DCC-W Website: http://dccw.hqda.pentagon.mil/services/rfp1.asp. Any amendments to this Announcement will be posted on the above website and may downloaded as needed. The actual closing date and t ime for this RFP has been changed to Thursday, 2:00 p.m., April 1, 2004. An evaluation team will review each technical proposal following the included evaluation criteria which is included in the Solicitation # W74V8H-04-R-0019. Delivery of Proposals: Offerors shall ensure delivery of proposals through the United States Postal Services, and other mail delivery services that may require access for entry to the Pentagon for hand delivery. Sealed offers in the original and required one copy for furnishin g the supplies or services of this solicitation will be received at the place specified herein, and the same if hand carried until 02:00 p.m. local time 01 April 2004. Defense Contracting Command - Washington Solicitation: W74V8H-04-R-0019 5200 Army Pentagon, Rm. 1C243 Washington, DC 20310-5200 Hand carry Point of Contact: Mr. Edwin Harris (703) 697-5326 or Mr. Joseph King (703) 697-7766. In addition, these POCs may be contacted from Corridor 2, Pentagon South Parking. Proposal Submission: Offerors must propose on the entire SOW. Technical proposals submitted in response to this RFP should contain comprehensive responses to the requirements to enable the Government to determine the suitability of the offeror to meet the requirement. Genera l statements that the offeror understands the requirement or simply restating the requirement as described in the RFP will not be accepted. Point of Contact for this RFP is Mr. Bruce R. Bethers, Bruce.Bethers@hqda.army.mil
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00555048-W 20040328/040326212327 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.