Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

R -- Program Advisory and Assistance Services (PAAS)

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ HSG - Human Systems Group, HQ HSG/YASK 7980 Lindbergh Landing, Brooks City-Base, TX, 78235-5119
 
ZIP Code
78235-5119
 
Solicitation Number
FA8902R051000
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS THE FORMAL PRESOLICITATION NOTICE IN ACCORDANCE WITH FAR 5.204. The purpose of this synopsis is to announce the forthcoming electronic release of the Request for Proposal (RFP) for the Program Advisory and Assistance Services (PAAS) contracts. This is a source selection for advisory and assistance services (A+AS)for customers at Brooks City-Base TX. The Human Systems Group (HSG) intends to award approximately two (2) indefinite-delivery indefinite quantity (IDIQ) contracts. The period of performance is to be five (5) years. The North American Industry Classification System (NAICS) Code for this acquisition is 541330 with an applicable size standard of no more than $23M. This size standard applies for the establishment of eligibility as a small business. PAAS is 100% Small Business Set-Aside. Resulting contracts will include an Organization Conflict of Interest Clause in accordance with (IAW) FAR 9.507-2 and Electronic Submission of Payment Requests (Jan 2004) IAW DFAR 252.232-7003. Each contract must provide for a wide range of technical/management support at Brooks City-Base, as well as any other sites for which Brooks City-Base customers have responsibility. Technical/Management support includes acquisition logistics, engineering, cost estimating, schedule analysis, financial management, acquisition management, test and evaluation, administrative support, configuration/data management, capabilities planning/pre-acquisition, acquisition, development, production, and sustainment of various equipment and systems. Task Order will identify specific contract effort. Contractors must be able to provide qualified personnel with these specialties on short notice. Security requirements will be identified on the DD Form 254 contained in the RFP and task orders issued there under. Formal source selection procedures will be followed as prescribed in FAR Part 15 and FAR Supplements. The contracts are contemplated to be Indefinite Delivery/Indefinite Quantity (IDIQ) with multiple contracting arrangements (FFP, T&M, and CPFF). Multiple contract awards are anticipated with a total program ceiling of $70 million. The Government anticipates awarding approximately 2 contracts. Approximately one (1) may be awarded under 8(a) set-aside procedures. The North American Industry Classification System (NAICS) Code for this acquisition is 541330 with an applicable size standard of no more than $23M. This size standard applies for the establishment of eligibility as a small business. Contract Fair Opportunity Selection and Ordering Procedure clauses will be used to compete task orders against the successful offerors. Terms of contract(s) include a five-year basic ordering period, with one additional period of performance year. We anticipate releasing the RFP on or about 9 Sep 05. The RFP will be issued via FedBizOpps. All contractors interested in receiving information on this acquisition are encouraged to register with the Fedbizopps website. No hard copies of this solicitation will be issued. Offerors who determine that the technical requirements of this RFP require clarification(s) to permit submittal of a responsive proposal shall submit all questions in writing to the Contracting Officer within 10 days of publication of the RFP. All responsible sources may submit a proposal, which will be considered by the agency. Fascimile or alternate proposals are not acceptable. Contractors must be registered in Central Contractor Registration (CCR) database prior to award. Contractors may access CCR at the following URL www.bpn.gov. Also, effective January 1, 2005 the Federal Acquisition Regulation (FAR) requires that all contractors use the Online Representations and Certifications Application (ORCA) in federal solicitations as part of the proposal submission. You may access ORCA via the following URL, www.orca.bpn.gov. Potential offerors will be responsible for downloading the solicitation and monitoring this website for amendments, if any, to the solicitation. (See Notes 1 and 26.) An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (210) 536-6312. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. All proposals must be received by the due date and time specified in the RFP. The due date will be no less than 30 calendar days after the release of the RFP. It is the contractor?s responsibility to check the RFP for the actual issuance date, proposal due date/time, and delivery address. Inquiries may be directed to carol.fields@brooks.af.mil , voice (210) 536-6507, and carol.estes@brooks.af.mil, voice (210) 536-4892. Please ensure emails are sent to both POCs.
 
Record
SN00880575-W 20050828/050826212343 (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.