Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
SOLICITATION NOTICE

R -- AIR FORCE INTRANET CONTROL (AFINC) SUPPORT

Notice Date
2/7/2014
 
Notice Type
Presolicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CONS, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-12-R-8002
 
Point of Contact
Jacqueline West, Phone: 4057349776, Kirsten R. Hawley, Phone: 4057349788
 
E-Mail Address
jacqueline.west@tinker.af.mil, kirsten.hawley.1@us.af.mil
(jacqueline.west@tinker.af.mil, kirsten.hawley.1@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A SYNOPSIS ONLY: NO RESPONSE IS REQUIRED The 38th Contracting Squadron (38 CONS)/LGCC, has a requirement for non-personal services for the 26 Network Operating's Squadron (NOS) at their primary location (Maxwell AFB-Gunter Annex, Alabama) and the Alternate Operating Location (AOL)/Continuity of Operations (COOP) location (Lackland AFB, Texas). Pre-Proposal Conference details will be provided within the solicitation, provision 5352.215-9001, Notice of Pre-Bid/Pre-Proposal. The proposed contract is for a base period of 12 months (31 days for a transition period and 11 months for the base period) with four one-year option periods IAW FAR 52.217-9. Additionally, the contract will contain the clause 52.217-8, Option to Extend Services (maximum of 6 months). Contractor shall provide mission assurance to the warfighter through operation, management and defense of the Air Force (AF) portion of the Department of Defense Information Network (DoDIN). This includes the AF Non-Secure Internet Protocol Routing (NIPR) Network Gateways (AFNGS) and the Secret Internet Protocol Routing (SIPR) equivalents; all Service Delivery Point (SDP) routers on both NIPR and SIPR; the Integrated Management Suite (IMS) out of band management networks; the top level Domain Name System (DNS) for the AF (both af.mil and af.smil.mil); Voice Over Internet Protocol/Voice over Secure Internet Protocol(VOIP/VoSIP) and the underlying workstations, servers, storage networks, and systems. The requirement is for expert level contractor support 24x7x365 for activities associated with the 26 NOS mission functions including Network Operations, Security/Boundary Operations, DNS Operations, Support Operations, Project Integration Group Operations, Maintenance Operations, Change/Configuration Management, Records/Knowledge Management, and Authorized Scheduled Outages. This acquisition is competitively set aside 100% for Service Disabled Veteran Owed Small Businesses (SDVOSB) business concerns, and a concern will be considered small under North American Classification System (NAICS) code 517110 with Size Standard 1,500 employees. An AFSPC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The MAJCOM Ombudsman is the AFSPC/AFICA and can be contacted at: 150 Vandenberg Street, Peterson AFB CO 80914, Telephone 719-554-5300; E-mail: A7K.wf@peterson.af.mil. Telephone or verbal requests for the Request for Proposal (RFP) or questions will not be accepted or considered. The RFP will be paperless and will be released using the Federal Business Opportunities (FedBizOps) website at: www.fbo.gov only. The RFP will contain files in Microsoft Office 2010, Microsoft Excel 2010, and PDF formats. A registration page for the solicitation will be available at the solicitation Web page. All offerors who wish to participate in this solicitation must complete the registration page, which places them on the solicitation source list. Offerors should submit all questions or comments relative to the solicitation electronically only to both POCs listed above; no other format will be considered or accepted. All information pertaining to this acquisition, including technical (or other) questions and answers will be provided to/through the Contracting Officer ONLY to ensure equal distribution of information to interested parties via FedBizOps. All proposals must be submitted in accordance with the proposal preparation instructions contained within the solicitation. Vendors are required to be registered in System for Award Management (SAM) database via https://www.acquisition.gov (see 52.204-7).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f7d60ea44e50c7047e32baa8b821da2)
 
Place of Performance
Address: The primary location at Maxwell AFB-Gunter Annex, Alabama and the Alternate Operating Location (AOL)/Continuity of Operations (COOP) Plan location at Lackland AFB, Texas, Maxwell AFB-Gunter Annex, Alabama, 36114, United States
Zip Code: 36114
 
Record
SN03284447-W 20140209/140208000357-1f7d60ea44e50c7047e32baa8b821da2 (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.