Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
SOLICITATION NOTICE

R -- Atlantic Strike SUAS - Performance Work Statement - DD254

Notice Date
1/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related 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
F2QF411010A001
 
Archive Date
2/9/2011
 
Point of Contact
LaTisha A. Ross, Phone: 7577649435, SHELLEY DAVIS, Phone: 7572257713
 
E-Mail Address
latisha.ross@langley.af.mil, shelley.davis@langley.af.mil
(latisha.ross@langley.af.mil, shelley.davis@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DD254 Performance Work Statement COMBINED SYNOPSIS/SOLICITATION Surrogate Unmanned Aerial System (SAUS) Exercise Support Atlantic Strike 7 Feb 2011 to 19 Feb 2011 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A DD Form 254 will be issued to the successful offeror with contract award. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-47 Effective 12 January 2011. The North American Industry Classification System (NAICS) code for this requirement is 541519, Other Computer Related Services and the size standard is $23M. This solcitation is being issued as a 100% Small Business Set-Aside. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. CLINS Structure is as follows: 0001 Atlantic Strike SUAS Air Support Unit-Lot QTY-1 Description: ACC organizes trains, equips, and maintains combat-ready forces for rapid deployment and employment while ensuring strategic air defense forces are ready to meet the challenges of peace and wartime air sovereignty and air defense missions. ACC prepares combat air force to globally implement national policy by sponsoring the ATLANTIC STRIKE (AS) Exercise Program. AS is designed to provide realistic training in the conduct of the counter-land close battle for Combat Aircrews, Joint Terminal Air Controllers, Intelligence, and Air Support Operations Squadron personnel. As is conducted at Avon Park Air-Ground Training Complex, Avon Park, FL. The goal is to train participants to effectively integrate close air support across a broad spectrum of activity with special emphasis on digitally-aided voice and data transfer technology. Successful offeror shall maintain the SUAS that has sensor, voice and data communication capabilities having sufficient fidelity to "mimic" those provided by the Predator System to provide a training capability for Command and Control (C2) units, aircrews, and ground parties. Review attached Performance Work Statement. Period Of Performance: Contract Award through completion of AS 11-01(exercise dates are 7-19 Feb 11). Addendum to 52.212-1 -- Instructions to Offerors -- Commercial Items. The contractor shall provide a quote showing how they intend to address the specific requirements required by the Performance Work Statement (PWS). Technical Capability: Describe what type of manned fix-winged aircraft will be used (Reference PWS Para 2.4 - 2.5.2) Describe how the Electro Optical and Infrared Sensors performance criteria (Reference PWS Para 2.5.2 - 2.5.2.7) Describe how the Video Display Standard capability (Reference PWS Para 2.5.3 - 2.5.3.15) Submit plan for operation at Avon Park Air-Ground Training Complex, Avon Park, FL in accordance with Attachment 1, Performance Work Statement (PWS). Include proof of Liability Insurance (Reference PWS Para 2.4.1) Include resumes/credintials and description of how airborne personnel requirments will be met. (reference PWS paragraph 4.1 and 4.2) PAST PERFORMANCE Offeror should submit past performance information for contracts which are considered most relevant in demonstrating the ability to perform this effort. This information is required on the offeror, subcontractors, teaming partners, and/or joint venture partners proposed to perform at least 25 percent of the total effort based on the total proposed price, or those that will perform aspects of the effort the offeror considers critical to performing the contract. References must include the company name, contract number, and point of contact, valid contact address and phone number, and a brief synopsis of the contract requirement. n addition to the references provided by each offeror, past performance information may be obtained through Government contractor performance record systems. EVALUATION: The Government will award a contract resulting from this solicitation to the Lowest Price Technically Acceptable offeror. Past Performance will only be used as part of the Responsibility Determination. It is not an evaluation factor and will not be taken into consideration in determining technical acceptability. It is to be used after potential winning offeror has been chosen based upon Lowest Price Technically Acceptable criteria. As part of the Responsibility Determination, past performance will be evaluated IAW FAR 9.1. I Price will be evaluated on the total overall price and reasonableness. A combination of evaluation techniques will be accomplished IAW FAR 15.404-1(b). The Government will evaluate proposed prices to determine whether prices reflect a clear understanding of the requirements, and are consistent with the various elements of the offeror's technical proposal. CLAUSES: The following Provisions and Clauses are applicable: 52.212-3 Offeror Representation and Certification- Commercial Items, with its offer. 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2010), (b) (1), (2), (3), (10) (i), (12), (19), (21), (22), (23), (24), (25), (26), (29), and (c) (1). Additional Terms and Conditions: 52.216-1 Type of Contract 52.216-24 Limitation of Government Liability 52.219-21 Small Business Size Representation for Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. 52.223-13 Certification of Toxic Chemical Release Reporting 52.223-14 Toxic Chemical Reporting 52.225-13 Restrictions on Certain Foreign Purchases 52.227-15 Representation of Limited Rights Data and Restricted Computer Software. 52.227-23 Rights to Proposal Date (Technical) 52.228-5 Insurance-Work on Government Installation 52.232-1 Payments 52.233-2 Service of Protest 52.233-3 Protest of Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment, and Vegetation. 52.243-7 Notice of Changes. 52.244-6 Subcontracts for Commercial Items. 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Term) 52.249-2 Termination for Convenience of the Government (Fixed Price). 52.252-1 Solicitation Provisions Incorporated by Reference 252.212-7001 Contract Terms and Conditions Required to Implement Statues Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.204-7004 Alternate A, Central Contract Registration 252.212-7000 Offeror Representation and Certifications- Commercial Items AFFARS 5352.201-9101 Ombudsman. The Ombudsman for this acquisition is Mr. Eric Thaxton, 129 Andrews St. Suite 136, Langley AFB, 23665-2769, phone number: 757-764-5371, email address is: eric.thaxton@langley.afmil Quotes will be accepted via email only. Email latisha.ross@Langley.af.mil and shelly.davis@langley.af.mil NLT 25 Jan 2011, 2:00 PM Eastern Standard Time. Questions regarding this RFQ should be addressed prior to 25 Jan 2011, 12:00pm Eastern Standard Time. It is recommended that you confirm receipt of your quote. Attachment 1 Performance Work statement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/F2QF411010A001/listing.html)
 
Record
SN02362381-W 20110121/110119234045-2701915a2b5c3d177fd28e1bf188c9f9 (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.