Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
MODIFICATION

D -- Communications, Operations, and Maintenance (COM) Functions - Pre-Solicitation Synopsis MS Word Document

Notice Date
8/6/2013
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-13-R-0008
 
Archive Date
3/22/2013
 
Point of Contact
Lee Mutschler, Phone: 6182569110
 
E-Mail Address
lee.mutschler@us.af.mil
(lee.mutschler@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice Document in MS Word Format ************************************************************* The Air Force Air Mobility Command (AMC) will issue a solicitation Request of Proposal (RFP) FA4452-13-R-0008 on or about 7 Oct 2013 for Communication, Operation and Maintenance Functions (COM-F II) services utilizing the Federal Business Opportunities (FBO) website. For this requirement, the contractor shall provide all management, personnel, materials, supervision, and services necessary to operate and maintain Air Mobility Command's (AMC) Command and Control (C2)/In-Transit Visibility (ITV)/ Business Systems at Scott AFB, IL. This support is necessary to ensure the operational functionality and readiness, infrastructure, and services that satisfy the United States Transportation Command (USTRANSCOM) and HQ AMC/A6 mission needs. The contractor will support the systems which receive operations and maintenance (O&M) support from 375 Communication Support Squadron (CSPTS) and/or reside on the Mobility Air Force (MAF) Command and Control (C2) Enclaves. Support under the Performance Work Statement (PWS) shall encompass the following scope: • Program Management o Contract Deliverable Documentation o Contract and Task Support Meetings o Client Support Technician (CST)/Functional System Administrator (FSA)/Support Work-Center Environment Administration Support (EAS) o Equipment Control o Metrics and Reporting • Operation and Maintenance (O&M) Support Services o Help Desk o System Administration (SA) o Network Administration (NA) o Database Administration (DA) o Web Site/Page Support o Configuration Management (CM) A tradeoff process will be used for this source selection. This tradeoff source selection will be conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. The Government will select the best overall offer, based upon an integrated assessment of Technical/Risk, Past Performance, and Price. A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, as supplemented, whose proposal conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Addendum to FAR 52.212-1 of the solicitation) and is judged, based on the evaluation factors and subfactors to represent the best value to the Government. The Government seeks to award to the offeror who gives the AF the greatest confidence that it will best meet, or exceed, the requirements. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors, and the Source Selection Authority (SSA) reasonably determines that the technical approach and/or past performance of the higher price offeror outweighs the cost difference. The SSA will base the source selection decision on an integrated assessment of proposals against all source selection criteria in the solicitation. This requirement will be a competitive set aside for Service Disabled Veteran Owned Small Business (SDVOSB) utilizing NAICS Code 541513 as it is anticipated that offers will be received from two or more SDVOSB. The anticipated period of performance is as follows: Transition/Phase-In Period 1 Jun 14 - 31 Aug 14 Base Period 1 Sep 14 - 30 Sep 14 Option Period 1 1 Oct 14 - 30 Sep 15 Option Period 2 1 Oct 15 - 30 Sep 16 Option Period 3 1 Oct 16 - 30 Sep 17 Option Period 4 1 Oct 17 - 30 Sep 18 Option Period 5 1 Oct 18 - 31 May 19 Total anticipated performance is 60 months. The anticipated award date is 23 May 2014. All questions must be directed to Mr. Lee Mutschler at 618-256-9110 or lee.mutschler@us.af.mil. *************************************************************
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-13-R-0008/listing.html)
 
Place of Performance
Address: Scott AFB IL, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN03139099-W 20130808/130807000038-d3f5e8f4829200e4fab37ce940fbfb1f (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.