DOCUMENT
R -- Technical and Acquisition Management Support (TAMS 4) - TAMS 3 Contracts, Contract Modifications, Sample Task Order SOWs and Listing of TAMS 3 Archived Data on FBO
- Notice Date
- 5/20/2008
- Notice Type
- TAMS 3 Contracts, Contract Modifications, Sample Task Order SOWs and Listing of TAMS 3 Archived Data on FBO
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- TAMS4RFI
- Point of Contact
- Mary H Steinmetz,, Phone: (850)882-2925, Dana E Sillars,, Phone: (850)882-2897
- E-Mail Address
-
mary.steinmetz@eglin.af.mil, dana.sillars@eglin.af.mil
- Small Business Set-Aside
- N/A
- Description
- The Support Services Management Office (AAC/ENRS), Air Armament Center (AAC), Eglin AFB Florida is interested in receiving information relating to a potential Advisory and Assistance Services (A&AS) program to provide a variety of non-engineering technical and acquisition management disciplines for the Air Armament Center (AAC) at Eglin AFB, AAC-associated organizations at other locations, and other organizations located at Eglin AFB. The program would be the follow-on to the current Technical and Acquisition Management Support (TAMS) 3 program. The AAC develops, tests, acquires and sustains integrated air armament and provides expeditionary combat support needed to defend the United States and its interests. Functional areas are anticipated to include: program management; test and evaluation management; environmental management; budget analysis; cost analysis; program analysis; logistics management; information technology; acquisition security; and administrative support. The TAMS 3 Statement of Work (SOW) is being posted on FedBizOpps with the release of this notice to provide information concerning the general scope of the program. A new Performance Work Statement (PWS) will be developed as part of the acquisition strategy for the follow-on program. Additionally, the following TAMS 3 documents are also being posted on FedBizOpps as attachments: the awarded contracts, contract modifications (see modification P00001 for the TAMS 3 conformed SOW) and sample task orders. The TAMS 3 procurement notices/attachments are archived on FedBizOpps under FA9200-05-R-0002 which includes the TAMS 3 Request for Proposal (RFP). A detailed listing of these archived documents is also posted on FedBizOpps as an Attachment to this notice. Requests for additional TAMS historical documentation can be sent directly to AAC/ENRS for a determination of releasibility on FedBizOpps. The current TAMS 3 program consists of multiple award (two small business set-asides: a competitive Section 8(a) set-aside and a competitive small business set-aside), cost-plus-award-fee, indefinite-delivery/indefinite-quantity (ID/IQ), 5-year contracts with miscellaneous cost reimbursable line items such as travel and other direct costs, within the requirements of North American Industry Classification System (NAICS) 541712 (size standard of 1,000 people). The current TAMS 3 program, with an approximate annual total value of $30M, is scheduled to conclude 31 Jul 2010. Sources identified through this announcement are invited to provide input into the acquisition strategy, including development of the source selection evaluation criteria and planned award fee criteria. Sources responding to this Request for Information (RFI) should provide information concerning company capabilities and small business classification status and category. Additionally, sources should identify additional information required to enable them to better determine their interest in supporting this A&AS requirement; recommendations concerning contract type, contract clauses, and other aspects of the acquisition strategy; and anything else that would help in defining an efficient and effective acquisition program. Sources responding to this RFI may be invited to participate directly in the development of acquisition strategy alternatives, including contract type and special clauses, and eventually the development of a Request for Proposal (RFP), potentially including development of the source selection evaluation criteria. Once an acquisition strategy has been selected and approved, a draft RFP will be incrementally posted on FedBizOpps prior to the release of the formal RFP. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is for planning purposes only and shall not be construed as a RFP or as an obligation on the part of the Government to acquire any products or services. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Although ‘Proposal' and ‘Source' are used in this RFI, your response will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this contemplated effort. The information you provide may be utilized by the Air Force in developing its acquisition strategy. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Interested firms are requested to submit information outlining their capabilities and their acquisition recommendations/strategies as requested above within 30 days of the date of the RFI announcement. Sources responding should state their business size status based on NAICS code 541712 (size standard 1000 people) and whether they are interested as a prime or subcontractor. Replies to this RFI should be sent to Ms Mary Steinmetz, Contract Specialist, AAC/ENRS (PKE), 102 West D Avenue, Suite 160, Bldg 11, Eglin AFB, FL 32542-6808, Phone (850)882-2925, email mary.steinmetz@eglin.af.mil. Additional technical information may be obtained from Mr. Bruce Melusen, AAC/ENRS, 102 West D Avenue, Suite 160, Bldg 11, Eglin AFB, FL 32542-6807, Phone (850)883-3539, bruce.melusen2@eglin.af.mil. See government-wide Numbered Note 26.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f55b19cc2597187a3c48970acf10ee1&tab=core&_cview=1)
- Document(s)
- TAMS 3 Contracts, Contract Modifications, Sample Task Order SOWs and Listing of TAMS 3 Archived Data on FBO
- File Name: Attachment 2 to contracts FA9200-05-C-0002 and FA9200-05-C-0003 (identical for both contracts except for contract number). (Attachment 2 - DD254.pdf)
- Link: https://www.fbo.gov//utils/view?id=6589fada60b6b94bdeefe270a8080777
- Bytes: 798.77 Kb
- File Name: Attachment 5 to contracts FA9200-05-C-0002 and FA9200-05-C-0003 (identical for both contracts except for contract number). (FA9200-05-R-0002 Attach 5 Wage Determination.pdf)
- Link: https://www.fbo.gov//utils/view?id=cfcddff2336f3c5d9d43bffe1d071b04
- Bytes: 514.00 Kb
- File Name: Contract FA9200-05-C-0003 with all Attachments except for Exhibit A, Atch 2 and Atch 5 which are provided separately. (05-C-0003.pdf)
- Link: https://www.fbo.gov//utils/view?id=10af97847c5bd7deb0b12b3e5072bf9d
- Bytes: 2,569.00 Kb
- File Name: Contract FA9200-05-C0002 with all Attachments except for Exhibit A, Atch 2 and Atch 5 which ae provided separately. (05-C-0002.pdf)
- Link: https://www.fbo.gov//utils/view?id=b682644416d21963c94da9728bf52f93
- Bytes: 2,579.52 Kb
- File Name: Exhibit A to contracts FA9200-05-C-0002 and FA9200-05-C-0003 (identical for both contracts except for contract number). (Exhibit A and Interpretation.pdf)
- Link: https://www.fbo.gov//utils/view?id=229c6f1de2dd6cb8a6c0386e3139a010
- Bytes: 591.41 Kb
- File Name: FA9200-05-C-0002 Modification P00001 (FA9200-05-C-0002 P00001.pdf)
- Link: https://www.fbo.gov//utils/view?id=2655f8ecb0e9418549fbe7f3431081ee
- Bytes: 1,848.98 Kb
- File Name: FA9200-05-C-0002 P00002 (FA9200-05-C-0002 P00002.pdf)
- Link: https://www.fbo.gov//utils/view?id=d12e30511718b95980795da89b40121f
- Bytes: 108.48 Kb
- File Name: FA9200-05-C-0002 P00002 SF30 Corrected (FA9200-05-C-0002 P00002 SF30 corrected.pdf)
- Link: https://www.fbo.gov//utils/view?id=43cbba00f312a83630a7f2b71dc95d24
- Bytes: 89.63 Kb
- File Name: FA9200-05-C-0002 P00003 (FA9200-05-C-0002 P00003.pdf)
- Link: https://www.fbo.gov//utils/view?id=f7b3fe3b8b8e00905e90279e1cc3de10
- Bytes: 1,365.40 Kb
- File Name: FA9200-05-C-0002 P00004 (FA9200-05-C-0002 P00004.pdf)
- Link: https://www.fbo.gov//utils/view?id=8658580c773039a1b7b3df6468a074bc
- Bytes: 255.19 Kb
- File Name: FA9200-05-C-0002 P00005 (FA9200-05-C-0002 P00005.pdf)
- Link: https://www.fbo.gov//utils/view?id=78f365b5bf441582356976d731d4405a
- Bytes: 496.35 Kb
- File Name: FA9200-05-C-0002 P00006 (FA9200-05-C-0002 P00006 (3).pdf)
- Link: https://www.fbo.gov//utils/view?id=cad15829a4bdc892b0de9097dbb5d63e
- Bytes: 726.37 Kb
- File Name: FA9200-05-C-0002 P00007 (FA9200-05-C-0002 P00007.pdf)
- Link: https://www.fbo.gov//utils/view?id=2afdf161c0c9b0a63aba2f7246d14b15
- Bytes: 102.37 Kb
- File Name: FA9200-05-C-0002 P00008 (FA9200-05-C-0002 P00008.pdf)
- Link: https://www.fbo.gov//utils/view?id=a5e713005739f1068ce9889f005eeecd
- Bytes: 625.18 Kb
- File Name: FA9200-05-C-0002 P00009 (FA9200-05-C-0002 P00009.pdf)
- Link: https://www.fbo.gov//utils/view?id=76f5cfe4a1958310f4ef6d1700189f1f
- Bytes: 121.45 Kb
- File Name: FA9200-05-C-0002 P00010 (FA9200-05-C-0002 P00010.pdf)
- Link: https://www.fbo.gov//utils/view?id=d2a3ca6b2e43e682c93a8ff55159dd92
- Bytes: 128.39 Kb
- File Name: FA9200-05-C-0002 P00011 (FA9200-05-C-0002 P00011.pdf)
- Link: https://www.fbo.gov//utils/view?id=9e957b60c76a34726e5f621042c3f58c
- Bytes: 569.87 Kb
- File Name: FA9200-05-C-0002 P00012 (FA9200-05-C-0002 P00012.pdf)
- Link: https://www.fbo.gov//utils/view?id=8bc1599343422935b209f22a29ba7199
- Bytes: 122.26 Kb
- File Name: FA9200-05-C-0002 P00013 (FA9200-05-C-0002 P00013.pdf)
- Link: https://www.fbo.gov//utils/view?id=f565fbaa428443c0801da7d6868e6ff7
- Bytes: 70.79 Kb
- File Name: FA9200-05-C-0002 P00014 (FA9200-05-C-0002 P00014.pdf)
- Link: https://www.fbo.gov//utils/view?id=76cbd23455aedfa4fc2ea700e087d669
- Bytes: 133.52 Kb
- File Name: FA9200-05-C-0002 P00015 (FA9200-05-C-0002 P00015.pdf)
- Link: https://www.fbo.gov//utils/view?id=71f354d0ba835b01d97b0c9556d12919
- Bytes: 134.68 Kb
- File Name: FA9200-05-C-0003 P00002 (FA9200-05-C-0003 P00002.pdf)
- Link: https://www.fbo.gov//utils/view?id=3585b5339d26e4b6107507cdcb78cfa9
- Bytes: 107.49 Kb
- File Name: FA9200-05-C-0003 P00002 SF30 Corrected (FA9200-05-C-0003 P00002 SF30 Corrected.pdf)
- Link: https://www.fbo.gov//utils/view?id=bd6a8047103bdbbb501303d687cfee35
- Bytes: 90.96 Kb
- File Name: FA9200-05-C-0003 P00003 (FA9200-05-C-0003 P00003.pdf)
- Link: https://www.fbo.gov//utils/view?id=2440c8f771853929b4b8799b2c32f594
- Bytes: 1,380.20 Kb
- File Name: FA9200-05-C-0003 P00004 (FA9200-05-C-0003 P00004.pdf)
- Link: https://www.fbo.gov//utils/view?id=bb227153e96895c5e0304a1bc6c8ff41
- Bytes: 253.97 Kb
- File Name: FA9200-05-C-0003 P00005 (FA9200-05-C-0003 P00005.pdf)
- Link: https://www.fbo.gov//utils/view?id=ec493b6d07c6bdcf80d5629e907fce8f
- Bytes: 644.86 Kb
- File Name: FA9200-05-C-0003 P00006 (FA9200-05-C-0003 P00006.pdf)
- Link: https://www.fbo.gov//utils/view?id=abd6228303b141c68de41a3c761ec4f6
- Bytes: 702.53 Kb
- File Name: FA9200-05-C-0003 P00007 (FA9200-05-C-0003 P00007.pdf)
- Link: https://www.fbo.gov//utils/view?id=d563ff838d6e5fa6d5be369b17842f5d
- Bytes: 102.34 Kb
- File Name: FA9200-05-C-0003 P00008 (FA9200-05-C-0003 P00008.pdf)
- Link: https://www.fbo.gov//utils/view?id=2d9010f977f5a8e52502bd993c61d524
- Bytes: 728.91 Kb
- File Name: FA9200-05-C-0003 P00009 (FA9200-05-C-0003 P00009.pdf)
- Link: https://www.fbo.gov//utils/view?id=df3e05129cefa18efd30482500a9be60
- Bytes: 121.65 Kb
- File Name: FA9200-05-C-0003 P00010 (FA9200-05-C-0003 P00010.pdf)
- Link: https://www.fbo.gov//utils/view?id=252e9d985947a4163725c36aaf6eda14
- Bytes: 968.37 Kb
- File Name: FA9200-05-C-0003 P00011 (FA9200-05-C-0003 P00011.pdf)
- Link: https://www.fbo.gov//utils/view?id=617f443f33b6bc9197eb99ab9f753c79
- Bytes: 112.74 Kb
- File Name: FA9200-05-C-0003 P00012 (FA9200-05-C-0003 P00012.pdf)
- Link: https://www.fbo.gov//utils/view?id=b7652c179ad3daa0b334abaade42013c
- Bytes: 154.92 Kb
- File Name: FA9200-05-C-0003 P00013 (FA9200-05-C-0003 P00013.pdf)
- Link: https://www.fbo.gov//utils/view?id=991bbc80f81dc489f978a8fb2d8fd598
- Bytes: 505.81 Kb
- File Name: FA9200-05-C-0003 P00014 (FA9200-05-C-0003 P00014.pdf)
- Link: https://www.fbo.gov//utils/view?id=4c069d022507c8e7c7944fd4af5e2550
- Bytes: 164.51 Kb
- File Name: FA9200-05-C-0003 P00015 (FA9200-05-C-0003 P00015.pdf)
- Link: https://www.fbo.gov//utils/view?id=d219772daefc12a09118fdaf3b3e9fd7
- Bytes: 124.29 Kb
- File Name: FA9200-05-C-0003 P00016 (FA9200-05-C-0003 P00016.pdf)
- Link: https://www.fbo.gov//utils/view?id=b0a97c3784c4629c0d3f19823f5a31cc
- Bytes: 70.99 Kb
- File Name: FA9200-05-C-0003 P00017 (FA9200-05-C-0003 P00017.pdf)
- Link: https://www.fbo.gov//utils/view?id=8f3055523775ba2853d47589b32c8f6e
- Bytes: 132.39 Kb
- File Name: TAMS 3 Task Order 2001 - SOW (-2001, Mod 5.pdf)
- Link: https://www.fbo.gov//utils/view?id=406d471577b5b6c0842b3fc5092a8955
- Bytes: 1,110.70 Kb
- File Name: TAMS 3 Task Order 2002 - SOW (-2002.pdf)
- Link: https://www.fbo.gov//utils/view?id=ee86095781e21b548248e41f65cedac5
- Bytes: 1,274.59 Kb
- File Name: TAMS 3 Task Order 2003 - SOW (-2003, Mod 2.pdf)
- Link: https://www.fbo.gov//utils/view?id=eb499426a8ef4364000c85548367dbf3
- Bytes: 750.25 Kb
- File Name: TAMS 3 Task Order 2006 - SOW (, Mod 1.pdf)
- Link: https://www.fbo.gov//utils/view?id=88daaf125aa04d09d1764fe4c833f946
- Bytes: 954.52 Kb
- File Name: TAMS 3 Task Order 2007 - SOW (-2007, Mod 2.pdf)
- Link: https://www.fbo.gov//utils/view?id=65870f7604a95b2abb7af2470ff9f546
- Bytes: 1,476.28 Kb
- File Name: TAMS 3 Task Order 3003 - SOW (-3003, Mod 5.pdf)
- Link: https://www.fbo.gov//utils/view?id=5ea03f7cbd2ca8a51180325eaba8c89e
- Bytes: 1,601.42 Kb
- File Name: TAMS 3 Task Order 3005 - SOW (-3005.pdf)
- Link: https://www.fbo.gov//utils/view?id=71fa7376d2a36dc239b4a43e5226668e
- Bytes: 711.37 Kb
- File Name: TAMS 3 Task Order 3006 - SOW (-3006, Mod 8.pdf)
- Link: https://www.fbo.gov//utils/view?id=18036301557186ea97ef4387560b13c7
- Bytes: 1,326.95 Kb
- File Name: TAMS 3 Task Order 3008 - SOW (-3008, Mod 3.pdf)
- Link: https://www.fbo.gov//utils/view?id=f06fb1b4d3a769a96d767a4a015b9690
- Bytes: 1,117.88 Kb
- File Name: TAMS 3 Task Order 3009 - SOW (-3009, Mod 4.pdf)
- Link: https://www.fbo.gov//utils/view?id=debda9b0d9b4561a5432eb0889d0f8d5
- Bytes: 2,026.76 Kb
- File Name: TAMS 3 Task Order SOW - 3001 (-3001, Mod 5.pdf)
- Link: https://www.fbo.gov//utils/view?id=7d14c2e0829c2aaeffff096a73b10aee
- Bytes: 2,430.14 Kb
- File Name: FA9200-05-C-0003 P00001 (FA9200-05-C-0003 P00001.pdf)
- Link: https://www.fbo.gov//utils/view?id=69056758fdf8ee5f48980ba6a77add25
- Bytes: 1,892.79 Kb
- File Name: Listing of TAMS 3 Archived Data on FBO (TAMS 3 Documents on FBO.pdf)
- Link: https://www.fbo.gov//utils/view?id=5c9b1dc4cd07b97b665c71d3b9169643
- Bytes: 1,220.36 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Attachment 2 to contracts FA9200-05-C-0002 and FA9200-05-C-0003 (identical for both contracts except for contract number). (Attachment 2 - DD254.pdf)
- Place of Performance
- Address: Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/ENRS (PKE), 102 West D Avenue, Suite 160, Eglin AFB, Florida, 32542-6808, United States
- Zip Code: 32542-6808
- Zip Code: 32542-6808
- Record
- SN01576860-W 20080522/080520221614-2f55b19cc2597187a3c48970acf10ee1 (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 |