Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
MODIFICATION

J -- E-9 Contractor Logistics Support

Notice Date
7/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AG 104A; TINKERAFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8106-10-R-0013
 
Archive Date
8/31/2010
 
Point of Contact
Teresa DeLand, Phone: (405)734-8373
 
E-Mail Address
teresa.deland@tinker.af.mil
(teresa.deland@tinker.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this acquisition is to procure Contractor LogisticsSupport for E-9 Aircraft that are currently assigned to Tyndall AFB, FL. The Program currently includes two (2) aircraft. The scope of this effort includes logistics management, supplies, andservices required for Contractor Logistics Support (CLS) of the E-9 Weapon System, related spares, Support Equipment (SE)and technical data. CLS includes all design, maintenance, installation and test of modifications, engineeringservices, organizational and depot level maintenance and repaint, supply support, engineering/technical data, transportationof parts and components (SE) and launch and recovery of the E-9 aircraft. E-9 Weapon system includes aircraftand mission systems. The Contractor is required to comply with all requirements specified inAppendix A, Performance Work Statement (PWS). It is expected that work not yet specified and/or changed workprocedures/specifications/location shall be incorporated throughout the performance of the contract. The Contractor shall performsuch added or changed work under line items currently provided in the contract or added to the contract. If suchchange would result in an increase or decrease of cost under this contract, an appropriate increase or decrease of thecontract price shall be negotiated and evidenced by a supplemental agreement to this contract. Performance under this contract shall be from 15 Sep 2011 through 30 Nov2016. Performance is subject to availability of funds. Maximum days of Transition are 75 days.(Options to be exercised within 30 days of the expiration of the term ofthe contract or before)PERIOD DATESTRANSITION 15 Sep 11 - 30 Nov 11BASIC 01 Dec 11 - 31 Mar 12OPTION 1 01 Apr 12 - 31 Mar 13OPTION 2 01 Apr 13 - 31 Mar 14OPTION 3 01 Apr 14 - 31 Mar 15OPTION 4 01 Apr 15 - 31 Mar 16OPTION 5 01 Apr 16 - 30 Nov 16 Duration of Contract Period: Five Years, plus 75-Day Transition Electronic procedure will be used for this solicitation. IAW FAR 5.207(c)(15)(i), All responsible sources may submit a bid,proposal, or quotation which will be considered by the agency. EXPORT CONTROLLED DATA = This acquisition may/does involve technologythat has a military or space application. The only US contractors whomay participate are those that are certified and registered with DLSC(1-800-352-3572) and have a legitimate business purpose. US contractorsmust submit a copy of their current, approved DD Form 2345 with theirrequest for solicitation. The form, including instructions forcompleting the form, is available athttp://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be mailed to the datacustodian identified in block 3 of the DD Form 2345. The extent offoreign participation has not yet been determined. MOU country sourcesmust contact the Contracting Officer within 15 calendar days of the dateof this synopsis notice to receive a copy of the solicitation at thetime it is initially issued. Issuance of the RFP will not be delayed toreview requests from MOU country sources received after 15 days or fromnon-MOU country sources. Nothing in this notice contradicts otherrestrictions, identified in the synopsis notice or solicitation,regarding eligible sources (e.g., if this is a small-business set-aside,foreign sources may not participate as potential prime contractors butcould, if otherwise eligible, participate as subcontractors). Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-07-01 15:52:35">Jul 01, 2010 3:52 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-07-01 18:07:12">Jul 01, 2010 6:07 pm Track Changes The release date for RFP FA810610R0013 has been revised to: 22 Jul 10.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-10-R-0013/listing.html)
 
Record
SN02193734-W 20100703/100701234902-0600b76cfd9781f525f1571a1c31da6f (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.