Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2014 FBO #4534
MODIFICATION

J -- Questions and Answers from Industry Days plus Request for Information (RFI)

Notice Date
4/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, Space and Missile Systems Center-SMC/PKL, 1050 E. Stewart Avenue, Peterson AFB,, Colorado, 80914-2902, United States
 
ZIP Code
80914-2902
 
Solicitation Number
14-063
 
Point of Contact
Kimberly McGough, Phone: 719-556-2919, Gary A Simpson, Phone: 719-556-2577
 
E-Mail Address
kimberly.mcgough@us.af.mil, gary.simpson.1@us.af.mil
(kimberly.mcgough@us.af.mil, gary.simpson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AN/UMQ-13 (MARK IV-B) Sustainment Follow-on Contract Request for Information (RFI) I. Description: The MARK IV-B Program Management Office (SMC/WML) is assessing the commercial marketplace's capability to provide maintenance, specialized engineering support, expertise and sustainment of the MARK IV-B system. This scope of work is Sustainment and is expected to be fixed price as described in the original Sources Sought (link below.) The Sustainment tasks shall be performed mainly at the contractor's facility however, various projects may require travel to operational sites; locations as described below. It should be noted that there is approximately $2.5M worth of test bed and training suite equipment (indoor and outdoor) located at the incumbent contractor's facility in Pennsylvania (6 antennas, 4 radomes, training suite containing multiple racks of servers, test bed of servers, cables, etc). This equipment would need to be moved to the new contractor's facility prior to the start of the new contract. MARK IV-B is a meteorological data ingest, processing and dissemination system. Meteorological data is ingested from U.S. domestic and foreign meteorological satellites, both polar orbiting and geostationary. Once processed by the MARK IV-B, this data is made available to analysts and forecasters located worldwide. MARK IV-B users include all branches of the military, university researchers and the scientific community. The MARK IV-B system is installed in eight operational locations worldwide. Operating sites are currently located at: Hickam AFB, Hawaii; Andersen AB, Guam; Kadena AB, Japan; Ali Al Salem AB, Kuwait; Kapaun AB, Germany; Soto Cano AB, Honduras; and Elmendorf AFB, Alaska. Original Sources Sought notice: https://www.fbo.gov/index?s=opportunity&mode=form&id=dfa7a086f368f654c048de71fddd256c&tab=core&_cview=0 Also attached to this RFI, for your reference, is the slide package from the MARK IV-B Industry Day held on 2 April 2014. II. Purpose: The Government is interested in contractor feedback during the acquisition strategy process for MARK IV-B, and has developed the following questions for industry response. In this budget constrained environment, and with an ESTIMATED budget of $6M per year for sustainment only, please: 1) Provide a recommendation and rationale for the minimum length for the base-year contract performance period, and optimum length for the base-year contract performance period, and total and contract length (inclusive of Option Years) for MARK IV-B, given the necessity of moving Government owned equipment from the incumbent facility. (e.g. two year base, five option years; three year base, three option years, etc.) 2) Provide your opinion on how incentives may best be tailored within the contract. 3) Provide a recommendation and rationale for the optimum contract type. III. Submission Instructions: Submit your response via Adobe PDF file or MS Office Word (2010 or newer) electronic format, 1" margins, Arial font of no smaller than 10 point font, single spaced, Six pages maximum (cover page not included). Submit all information as UNCLASSIFIED. Include at a minimum: Company name, points of contact, mailing address, telephone numbers, DUNS number and CAGE Code. Submit all information by email as soft copy only, Attention: Kim McGough, Contracting Officer at kimberly.mcgough@us.af.mil NOTE: email submissions are limited to size and type. Please limit submission to 5 Megabytes in size and only non-executable attachments. IV. Response Due Date: No later than Wednesday, 30 April 2014, at 4:30 pm (1630) Mountain Standard Time (MST) V. Declaration: This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government. Any information submitted in response to this synopsis is strictly voluntary. Oral communications are not acceptable. Responses from small business and small, disadvantaged business firms are highly encouraged. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. All data received in response to this RFI that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Government Contract support from Leidos Inc. may be utilized to review any documents submitted in response to this action. Nondisclosure agreements have been signed by Government Contract support personnel and are filed with the Government. Should you have issue with the government use of such personnel support indicate your reasons for that in your RFI submission. The Government will not reimburse any cost associated with submitting information in response to this RFI, nor shall any costs be allowed on any Government contract. VI. Questions and Point of Contact: All communications associated with this RFI shall be submitted via email to the Point of Contact: Ms. Kim McGough, Contracting Officer, phone: (719) 556-2919, email address: kimberly.mcgough@us.af.mil VII. Contracting Office Address: SMC/PKL 1050 East Stewart Ave Peterson AFB, CO 80914-2902
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCLGK/14-063/listing.html)
 
Record
SN03344711-W 20140424/140422234417-cfa43c07e317146d5f0442904b309528 (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.