Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2013 FBO #4274
MODIFICATION

R -- Synopsis for Contractor Logistics Support (CLS) for the Advanced Digital Test Station (ADTS) - GFE and Spares Lists for ADTS Program - ADTS Contractor Logistics Support (CLS)

Notice Date
8/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8519-13-R-30000
 
Archive Date
1/29/2013
 
Point of Contact
Charles T. Massey, Phone: (478) 472-1910, Kimberly G. Langford, Phone: (478) 472-1956
 
E-Mail Address
charles.massey.1@robins.af.mil, kimberly.langford@robins.af.mil
(charles.massey.1@robins.af.mil, kimberly.langford@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GFE Spares for ADTS Program Data List for ADTS Program This is a notice of intent that the Air Force Life Cycle Management Center (AFLCMC), Robins AFB anticipates issuing a contract for Contractor Logistics Support (CLS) services in support of the Advanced Digital Test Station (ADTS), NSN 4920-01-527-1350. This CLS requirement is for a five (5) year, Firm Fixed Price (FFP), Requirements-type Indefinite-Delivery contract. The CLS requirement includes program management, supply chain management, spares management, spares procurement, repair and maintenance, failure reporting and analysis, obsolescence forecasting, and engineering and technical support. This effort will consist of a basic period of one (1) year and four (4) one-year options. The Best Estimated Quantities (BEQs) for each of the five contract periods are as follows: Test Stations: BEQ 34 each Months of support for each station: 12 Man-Months There is no minimum or maximum order amount established. The proposed contract action will be competed as a 100% small business set-aside in accordance with FAR 19.5. The North American Industry Classification System (NAICS) code for this requirement is 541330: Engineering Services. Based upon market research, the Government is using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described services. Offerors shall prepare their proposals in accordance with the mandatory, explicit, and detailed instructions contained in the RFP provision "Instructions to Offerors." The Government will utilize the tradeoff evaluation methodology allowing for a tradeoff between past and present performance and price, among those offerors whose technical proposals are acceptable, and will evaluate proposals and award in accordance with the "Evaluation Basis for Award" provision in the RFP. It is anticipated that the formal RFP will be released around September 2013. The RFP will be posted to the Federal Business Opportunities (FBO) webpages (http://www.fbo.gov/). The proposal response date is anticipated to be 35 calendar days from the date of RFP release. ALL questions regarding this synopsis, the RFP, and/or any concerns regarding this requirement must be submitted in writing via email to the Contract Specialist, Charles.Massey.3@us.af.mil or Charles.Massey.1@robins.af.mil with a copy to the Contracting Officer, Kimberly Langford at Kimberly.Langford@us.af.mil or Kimberly.Langford@robins.af.mil. Offerors are encouraged to register to receive notification for any further information regarding this effort ad to check FBO site regularly. For assistance in interpreting the FBO announcements, please see the FBO Vendor's Guide. All unclassified/non-sensitive questions will be uploaded to www.fedbizopps.gov. However, the identity of the potential offeror will not be included. To access export control documents: 1. Registered at CCR http://ccr.gov/Default.aspx 2. Registered at JCP and approved to view export control https://www.dlis.dla.mil/jcp/Default.aspx 3. Registered at FBO https//www.fbo.gov/ All using the same CAGE code. Technical Data: Technical data is available and will be provided, via explicit access, upon request to facilitate proposal development; the attachment titled "Data List for ADTS Program" separately identifies all data items that will be provided. Interested vendors must follow the steps identified below in order to receive a copy of the technical data. It is requested that all data requests be submitted as soon as possible after this posting. The Government does not anticipate granting RFP extensions due to data requests being submitted after the RFP has been released. • T.O. 33D7-24-36-1 - Operation and Maintenance Instructions with Illustrated Parts Breakdown, Advanced Digital Test Station (ADTS) S9-500-50 • CI-248-00, Revision A.7.0.2 (or latest revision available) - Advanced Digital Test Station (ADTS) Software Version Description (SVD) • B00A-130308 (or latest revision available) - Failure Analysis and Tracking Report for the Advanced Digital Test Station (ADTS), dated 03/08/13 (or latest revision available) • CI-205-00, Revision 5.0.1 (or latest revision available) - Advanced Digital Test Station (ADTS) Software Installation Procedure (SIP) • Applicable Engineering Change Proposals (ECPs) • Applicable Product Support Bulletins (PSBs) 1. Interested vendors shall submit a request for explicit access to the data via the link available on this synopsis. 2. Interested vendors shall submit an approved copy of their DD Form 2345 via email to the Contract Specialist, Charles Massey at Charles.Massey.3@us.af.mil, or Charles.Massey.1@robins.af.mil with a copy to the Contracting Officer, Kimberly Langford at Kimberly.Langford@us.af.mil or Kimberly.Langford@robins.af.mil. Request the vendor include a notification that an explicit access request has been made within the email containing the approved copy of the DD Form 2345. Please be advised that sending an unapproved DD Form 2345 to the Contract Specialist and Contracting Officer will not result in the DD Form 2345 being approved. Specific instructions are located on the DD Form 2345. Additionally, if an interested vendor already has an approved DD Form 2345 on file, a copy of this approved DD Form 2345 is all that is needed; a separate DD Form 2345 for this requirement is not required. 3. After an approved copy of the DD Form 2345 is submitted to the Contract Specialist and Contracting Officer, and has been reviewed by the program office, the explicit access request will be either approved or disapproved. Should the request the disapproved, the reason(s) for disapproval shall be provided. The listing of GFE spares is provided in the attachment titled "GFE Spares for the ADTS Program."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-13-R-30000/listing.html)
 
Record
SN03137413-W 20130807/130805234640-ee11c045a3b5c5eccbaf76d4053faffe (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.