SOLICITATION NOTICE
D -- HQ AMC/A7 Information Technology (IT) Support Desk
- Notice Date
- 7/18/2014
- Notice Type
- Presolicitation
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- FA4452-14-R-0019
- Point of Contact
- Douglas D. Magneson, Phone: 6182569992, Lee Mutschler, Phone: 6182569978
- E-Mail Address
-
douglas.magneson@us.af.mil, lee.mutschler@us.af.mil
(douglas.magneson@us.af.mil, lee.mutschler@us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- HQ AMC/A7 Information Technology (IT) Support Desk This is a synopsis of proposed contract action FA4452-14-R-0019. This is not a solicitation or invitation for offerors to submit proposals. HQ AMC/A7I requires key capability and daily Information Technology (IT) Support Desk maintenance and systems development support for military, civilian and contractor personnel enabling HQ AMC/A7I to fulfill its mission. Duties include analysis, programming, implementation, maintenance, modification, and re-engineering of several key applications to include but not limited to the infrastructure assessment database, facility project execution reports, A7 weekly activity reports, IT trouble ticket system, help-desk, and training applications. Included is the responsibility for program design, coding, testing, debugging and documentation. This requirement will be performed at Scott AFB, IL. The Government plans to issue a formal Request for Proposal (RFP) for A7I IT Support Desk maintenance and systems development on or around 31 Jul 14. This acquisition will be set-aside 100% for the small business socioeconomic program HUBZone. The Government intends to establish a Firm-Fixed-Price (FFP) single-award Requirements contract. A Lowest Price Technically Acceptable (LPTA) process will be used for this source selection IAW FAR 15.101-2 and FAR 15.3, as supplemented by DFARS, AFFARS, and the AFICA MP. The Government will select the proposal with the lowest evaluated price from among those meeting the acceptability standards for non-price factors. A contract may be awarded to the offeror who is deemed responsible in IAW FAR 9.1, as supplemented, whose proposal conforms to the solicitation's requirements, and is judged, based on the evaluation factors and subfactors, to represent the lowest price technically acceptable proposal. The offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov/portal/public/SAM/. The planned period of performance is as follows: Transition Period (11 Dec 14 - 31 Dec 14) Base Period (1 Jan 15 - 30 Nov 15) Option Period 1 (1 Dec 15 - 30 Nov 16) Option Period 2 (1 Dec 16 - 30 Nov 17) Option Period 3 (1 Dec 17 - 30 Nov 18) Please note that all dates listed in this synopsis are tentative and are subject to change.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-14-R-0019/listing.html)
- Place of Performance
- Address: HQ AMC/A7RI, 507 Symington Dr., Scott AFB, Illinois, 62225-5022, United States
- Zip Code: 62225-5022
- Zip Code: 62225-5022
- Record
- SN03430399-W 20140720/140718234909-72dd64aefcd60033f9c3dacc14aec28a (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 |