Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2014 FBO #4633
SOLICITATION NOTICE

R -- Management, Engineering & Research Concepts - Geophysical (MERC-G) (SSEAMS Follow-On)

Notice Date
7/30/2014
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-14-R-0012
 
Archive Date
8/14/2014
 
Point of Contact
Carl J. Schneider, Phone: 3214947855, Patricia K. Bosinger, Phone: 3214940998
 
E-Mail Address
carl.schneider.3@us.af.mil, patricia.bosinger@us.af.mil
(carl.schneider.3@us.af.mil, patricia.bosinger@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsis for a competitive, Small Business Set-Aside (SBSA) services acquisition In Accordance With FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THE WEBSITE. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The Air Force Intelligence, Surveillance and Reconnaissance Agency (AF ISR Agency) has been tasked to solicit for, and award a contract for the Management, Engineering & Research Concepts - Geophysical (MERC-G). Specific tasks include: (1) Perform research, studies and analyses in the disciplines of geophysics and seismology (Research and Development (R&D)) (2) Perform research, studies, analyses, and support to the center's United States National Data Center (US NDC) (3) Provide engineering services related to all aspects of acquisition, maintenance, and sustainment for existing fielded and new sensor systems (4) Provide program/project management and acquisition support (5) Provide key research and operational support to the National Technical Nuclear Forensics (NTNF) Program, the United States International Monitoring System (USIMS), and additional missions related to the discipline of geophysics as required (6) Provide limited procurement support for the purchase of Operations and Maintenance (O&M) and R&D mission related equipment SECURITY REQUIREMENT: Company must have a TOP SECRET clearance at contract award. Overarching security requirements will be specified in the DD Form 254, Department of Defense Security Classification attached to the contract. This acquisition will be conducted on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 541690 - Other Scientific and Technical Consulting Services with a size standard of $14M. A RFP is anticipated to be posted on/about 18 August 2014. The RFP will be available electronically on this website only. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for December 2014. It is anticipated that the contract will be awarded using separate Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs) for Operation and Maintenance (O&M) and Research and Development (R&D) labor, Cost Reimbursement CLINs for R&D and O&M travel and/or training, and Cost Reimbursement CLINs for R&D and O&M Materials. Potential contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov) to be eligible for award of a government contract. It is mandatory to obtain a DUNS number prior to registering in SAM by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUB Zone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a Large Business based on the size standard above. The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the AF ISR Agency Ombudsman, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-4504, fax: 210-977-6414, e-mail: veronica.solis@lackland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11a2051553def132c0527027f8e019f0)
 
Place of Performance
Address: 10989 South Patrick Drive, Patrick AFB, Florida 32925, United States, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03443538-W 20140801/140730235528-11a2051553def132c0527027f8e019f0 (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.