Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2010 FBO #3148
SOLICITATION NOTICE

69 -- Online Language Learning Center - STATEMENT OF SALIENT FUNCTIONAL/PERFORMANCE CHARACTERISTICS - RFP

Notice Date
7/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-10-R-7945
 
Archive Date
1/6/2011
 
Point of Contact
Kristin A. McCauslin, Phone: (937) 656-7514
 
E-Mail Address
kristin.mccauslin@wpafb.af.mil
(kristin.mccauslin@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP for Online Language Learning Center STATEMENT OF SALIENT FUNCTIONAL/PERFORMANCE CHARACTERISTICS STATEMENT OF SALIENT FUNCTIONAL/PERFORMANCE CHARACTERISTICS STATEMENT OF SALIENT FUNCTIONAL/PERFORMANCE CHARACTERISTICS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 Request for Proposal (RFP) number is FA8604-10-R-7945. The Air Force is issuing this solicitation for the procurement to an Online Language Learning Center, Various Capability for HQ AFSVA/SVXL. See the attached STATEMENT OF CRITICAL FEATURES AND TECHNICAL PARAMETERS. EVALUATION: An award will be made to the Lowest Price Technically Acceptable (LPTA) responsible offeror who responds to the items included in this Combined Synopsis Solicitation and PWS (FAR 52.212-2, technical acceptability and price). Technical acceptability and price are considered equal, however; offeror not rated technically acceptable will be eliminated from competition and will not be considered for award. The Government anticipates proposals will be evaluated, and an award made, without discussions with the offerors. Offerors must submit the following information: Submit at least three applicable customer references currently in progress or completed no later than three years prior to the issue date of this combined synopsis solicitation. This solicitation and incorporated clauses/provisions are those in effect through Federal Acquisition Circular Fac 2005-42, Effective 16 June 2010 & Class Deviation 2009-O0009, DFARS Current to Change Notice 20100519 Edition. Federal Acquisition Regulation (FAR) and Department of Defense FAR Supplement (DFARS) clauses included in full text and by reference in the solicitation. The below clause is included in full text: AF 5352.201-9101 OMBUDSMAN (AUG 2005) (a) Mr Howard E. Marks Jr., ASC/AQH, has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendation to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Howard E. Marks Jr. Chief, Acquisition Center of Excellence Aeronautical Systems Center 1755 11th St, Bldg 570, Room 101 Wright-Patterson AFB, OH 45433-7404 howard.marks@wpafb.af.mil Voice Number: 937-255-8642 (DSN 785-8642) Fax Number: 937-656-7193 (DSN 986-7193) Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Please note if manufacturer requires a license agreement to be signed by government, the terms and conditions of that agreement are required to be in compliance with all Federal Laws, Statutes, and the Federal Acquisition Regulation. Therefore, please modify accordingly and submit with your quote. - NAICS Code: 519130 - Size Standard: 500 Employees Please see the attached STATEMENT OF CRITICAL FEATURES AND TECHNICAL PARAMETERS. Proposals/quotes shall be sent via mail to ASC/PKESM, Attn: Kristin McCauslin, 2275 "D" Street, Bldg 16 Room 128, Wright-Patterson AFB, OH 45433-7228 for receipt not later than 4:00 PM Eastern Standard Time 21 July 2010. Contractor must be registered in the Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUN/CCR website is: http://www.ccr.gov/. For questions regarding this combined synopsis/solicitation please contact Kristin McCauslin at (937) 656-7514 or kristin.mccauslin@wpafb.af.mil. All information regarding this acquisition will be posted on the World Wide Web at http://www.fedbizopps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-10-R-7945/listing.html)
 
Place of Performance
Address: See Attached Documents, United States
 
Record
SN02197057-W 20100708/100706234628-ac63a54ebdf95100cd8839775409b5bb (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.