Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2006 FBO #1521
SOLICITATION NOTICE

R -- The Office of the Headquarters US Air Force (HAF) Chief Information Officer (CIO), (HAF/ICI), has a requirement for comprehensive advisory and assistance services (A&AS.

Notice Date
12/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7014-06-R-0007
 
Response Due
12/28/2005
 
Point of Contact
Sandra Slone, Contract Specialist, Phone 703-614-3480, - Patricia Davies, Procurement Analyst, Phone 703-692-9019, Fax 703-693-5342,
 
E-Mail Address
sandra.slone@bolling.af.mil, Patricia.Davies@Bolling.af.mil
 
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 final Request for Proposal (RFP) for HAF/ICI Advisory and Assistance Services (A&AS) contract(s). This acquisition was previously posted to the FedBizOpps under Reference Number RFI-001-HAF/ICI, AAS in support of HAF/ICI. The Office of the Headquarters US Air Force (HAF) Chief Information Officer (CIO),(HAF/ICI), has a requirement for comprehensive advisory and assistance services (A&AS) to support its staff and several projects relating to Information Assurance (IA), Commercial/Government Off-the-Shelf (COTS/GOTS) Software Project Management Support, policy development, and resource analysis. . The Government intends to issue a multiple award Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract but reserves the right to issue a single award IDIQ should it be determined to be in the Government’s best interest. The Government contemplates award of an IDIQ contract with flexibility to issue Firm Fixed Price (FFP), Cost Reimbursement (CM), Time & Material and Labor-Hour (LH) Task Orders. The North American Industry Classification System (NAICS) Code for this acquisition is 541611 with an applicable size standard of no more than $6M gross annual revenue. This size standard applies for the establishment of eligibility as a small business. This acquisition will be solicited on an unrestricted basis. Source Selection procedures will be followed as prescribed in FAR Part 15, as supplemented, and will be performance/price tradeoff. Multiple contract awards are anticipated with a total program ceiling of $ 20 million. The contract(s) will have a five-year basic ordering period. The Government anticipates releasing the final RFP on or about 30 December 2005. The RFP will be issued via FedBizOpps under Solicitation Number FA7014-06-R-0007. All contractors interested in receiving information on this acquisition are encouraged to register with the FedBizOpps website. No hard copies of this solicitation shall be issued. All responsible sources may submit a proposal, which will be considered by the agency. Facsimile 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.bpn.gov Potential offerors will be responsible for downloading the solicitation and monitoring this website for amendments, if any, to the solicitation. 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 (202)767-4033. 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 final RFP. It is the contractor’s responsibility to check the RFP for the actual issuance date, proposal due date/time and delivery address. Inquiries regarding this notice shall be directed to Sandee Slone, voice 703.614.3480, sandra.slone@pentagon.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-DEC-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-JAN-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/DRU/11CONS/FA7014-06-R-0007/listing.html)
 
Place of Performance
Address: Arlington VA 22203
Zip Code: 22203
Country: United States
 
Record
SN00971703-F 20060125/060123213400 (fbodaily.com)
 
Source
FedBizOpps 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.