MODIFICATION
R -- 402 SMXG - Software Engineering and IT Support Services
- Notice Date
- 11/15/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming 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
- F3QCCL3282A001
- Archive Date
- 2/4/2014
- Point of Contact
- Benjamin M. Walker, Phone: 478-926-9508
- E-Mail Address
-
Benjamin.Walker@robins.af.mil
(Benjamin.Walker@robins.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This Synopsis amendment is being issued to provide additional information in response to questions from interested parties. •1. 1. This contract action is a follow-on action to two (2) SMXG workloads under separate interim contract actions as follows: 402 SMXG Test Program Set (TPS) Contract Number: FA8571-13-C-0021 Contractor: Peerless Technologies Corporation Award Date: 28-Aug-2013 End Date: 31-Mar-2014 (Basic 7 month POP), 30-Jun-2014 (Option I, 3 month POP) Action Value: $1,415,288.28 (Basic NTE amount under Undefinitized Contract Action. The Option I amount is yet to be determined) 402 SMXG Intelligence, Surveillance, Reconniassance (ISR) - current GSA order Contract Number: GS-35F-0445T Task Order Number: GST0413DB0024 Contractor: KNWEBS / CSI Award Date: 11-Jan-2013 End Date: 10-Jan-2014 Action Value: $3,839,659.20 402 SMXG Intelligence, Surveillance, Reconniassance (ISR) - following interim contract Contract Number: TBD Contracor: Peerless Technologies Corporation Award Date: 11-Jan-2014 (estimated) End Date: 30-Jun-2014 Action Value: TBD •2. 2. The RFP release date and the available response time for this requirement remains to be determined. •3. 3. The prime contractor is required to possess a Top Secret facility clearance in order to propose on this requirement. A combination of a prime contractor with Secret clearance and a subcontractor with a Top Secret clearance is NOT sufficient for eligibility. Related to this requirement, the government is NOT willing to sponsor the awarded contractor for their Top Secret facility clearance post award. •4. 4. Capability Maturity Model Integration (CMMI) is not required in order to propose. •5. 5. Proposals submitted may NOT take exception to the estimated hours in the Labor Matrix. The Labor Matrix in the RFP will be used to determine the TEP. Individual task orders will determine the actual hours to be performed. •6. 6. In order for offerors to comply with FAR 52.222-46, estimated salary ranges per labor category may be submitted. Offerors are NOT required to break out salaries into cost and profit. •7. 7. The labor rates proposed per category from the resulting awardee will be included in the basic contract and used for ordering accordingly. 8. Information related to 8(a) Joint Venture eligibility will be contained in a future Synopsis amendment. For additional questions or concerns, please email benjamin.walker@robins.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL3282A001/listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN03235220-W 20131117/131115234421-b6778d3dc1828b5a247a7fd86b601847 (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 |