Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2010 FBO #3248
SOLICITATION NOTICE

R -- Air Combat Training System (ACTS) Operation and Maintenance - Package #1

Notice Date
10/14/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-10-R-0005
 
Archive Date
11/19/2010
 
Point of Contact
Kyle B. Lancour, Phone: 7572257698, M. Joy de Lande, Phone: 757-764-9358
 
E-Mail Address
kyle.lancour@langley.af.mil, joy.delande@langley.af.mil
(kyle.lancour@langley.af.mil, joy.delande@langley.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Draft PWS The Air Combat Command Acquisition Management and Integration Center (ACC AMIC), Langley Air Force Base, Virginia, hereby publicizes its intention to solicit for non-personal services to provide operation, maintenance and repair services to Air Combat Training System (ACTS) and to support the ACTS mission at Eglin AFB, Langley AFB, Seymour Johnson AFB, Shaw AFB, Barksdale AFB, Mountain Home AFB, as well as USAFE funded sites at Lakenheath, Spangdahlem, and Aviano ABs. The ACTS is a computer-based data communication and tracking network comprised of data and voice communication circuits, computer hardware, computer software, electronic circuitry, and electromechanical devices. The ACTS mission is to provide an integrated realistic training environment in support of on-site and off-site aircrew/ground support crew training. An extension of the ACTS mission is support of continued development, testing, and implementation of ACTS systems and ancillary equipment. This acquisition is restricted to 8(a) competition. The period of performance will consist of a one-month phase-in period for CONUS and five-month transition for OCONUS, seven-month basic period for CONUS and three-month basic period for OCONUS, and four one-year option periods. A single Firm Fixed Price (FFP) contract will result from the solicitation utilizing the Performance-Price Trade-off (PPT) source selection procedures. The anticipated issue date for the Request for Proposal (RFP) is on or about 16 Nov 2010, with the anticipated date for receipt of proposals on or about 16 Dec 2010. The anticipated award date is on or about 29 Apr 2011. The Government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documentation will not be made available. Solicitation, amendments and other miscellaneous documents will be posted to the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. It is the responsibility of each offeror to review the website for notice of amendments, updates or changes to current information. Contact with government personnel, other than the ACC AMIC Contract Manager and/or Contracting Officer listed below, by a potential offeror or their employees' regarding this project is strictly prohibited. In order to be eligible for award, registration under the correct North American Industry Classification System (NAICS) code in the Central Contractor Registration (CCR) database is required. To register, go to http://www.ccr.gov. The applicable NAICS code for this solicitation is 541330, Engineering Services exception for military equipment, and the small business size standard is $27 million. The draft Performance Work Statement (PWS) and related appendices have been attached and posted along with this Presolicitation Notice for industry review and comment. Interested parties should review these documents and are encouraged to provide comments, questions, or suggestions via e-mail to contacts listed below. Response is due no later than 1500 EST, Monday, 8 Nov 2010. The Government will consider and respond to all input received. Industry response is encouraged to ensure all parties have maximum opportunity to participate in this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-10-R-0005/listing.html)
 
Place of Performance
Address: Multiple CONUS and OCONUS DoD Installations, United States
 
Record
SN02310951-W 20101016/101014233827-c3222477e2ce793d8ed6d507743475ca (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.