Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2014 FBO #4712
SOLICITATION NOTICE

13 -- Agile Acquisition Large Business - Draft RFP

Notice Date
10/17/2014
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZJ - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8656-14-R-0187
 
Point of Contact
Kevin T. Adams, Phone: 8508824228
 
E-Mail Address
kevin.adams.20@us.af.mil
(kevin.adams.20@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 Section M Attachment 3 Section L Attachment 2 Representative Labor Effort Attachment 1 DO SOW 1st Delivery Order SF33 Terms & Conditions This notice serves as market research to gain industry comments on the Draft Request for Proposal (DRFP) and also serves as a pre-solicitation notice/procurement synopsis for the Agile Acquisition (AA) Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ). This market research is for planning purposes and it is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation, but it does indicate the plan for a solicitation in the future. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice are solely at the responding parties' expense. This procurement is being advertised as full and open. This procurement will use FAR part 15 Request for proposal (RFP) process and intends to award 15 (fifteen) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to the responsible offerors whose proposals, conforming to the RFP, will be most advantageous to the Government resulting in Lowest Price Technically Acceptable (LPTA), price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual deliverables will be determined by the Contracting Officer who will issue written Delivery Orders (DO) to the contractors. Award of DOs will be on a predominantly firm fixed price basis, with exceptions to include Cost Plus Fixed Fee (CPFF) and Cost Plus Incentive Fee (CPIF). The work to be acquired under this effort is for diverse types of deliverables as discussed in the IDIQ Statement of Work (SOW). The North American Industry Classification System (NAICS) code is 332993 with a size standard of 1,500 employees. Foreign participation is not authorized. A copy of the SOW are available upon request from Mr. Kevin Adams; Kevin.adams.20@us.af.mil, or Capt Toshiro Toyama; Toshiro.toyama.1@us.af.mil. Respondents must officially request the SOW in writing, via email. To validate the documentation release, the request must include; the company name, mailing address, email address, point of contact, phone number, current CAGE number, System for Award Management (SAM) registration, and a copy of the DD2345. The written request must include acknowledgement of the Responder's responsibility under the U.S. export contract laws and regulations. Upon verification of status and acknowledgement of responsibilities under U.S. export control laws and regulations, the requested data will be provided. The basic contract period will be for 5 years. The estimated maximum dollar value for all contracts combined is $490,000,000. DOs values will be based on future needs of the Agile Acquisition Customers. The government makes no representation as to the number of DOs or actual amount of work to be ordered; however, during the term of the contract, a minimum of $2,000 is guaranteed to be ordered from each awardee, at the issuance of the MAIDIQ contracts. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Technical Approach, Security Plan, experience, and small business participation Factor 2 - Price (based on the Representative Labor Estimate). Source Selection procedures will be used and award will be made to the offerors whose proposal is technically acceptable and offers the lowest price to the government. Industry shall respond with comments, questions and/or suggestions to Kevin Adams at Kevin.Adams.20@us.af.mil and Capt Toshiro Toyama at Toshiro.toyama.1@us.af.mil NLT 3 November. All aspects of industry input will be considered in finalizing the RFP. Particularly astute observations and broadly applicable points of clarification will be posted to FedBizOps in an anonymous question-and-answer format. Submission Details: Respondents to this notice should adhere to the following details. Interested parties are requested to respond with a white paper addressing: interest in participating, brief capability and comments to DRFP in the following format: Microsoft Word for Office 2007 (or newer) compatible; 12 pages or less (including cover and administrative pages); 1-inch margins; and 12 point font (or larger). Interested parties should provide a company profile to include the following: a) Company Name b) Company Address c) Point of Contact d) E-mail Address e) Web site address f) Telephone Number g) Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) as it relates to the North American Industry Classification System (NAICS) code 332993 (size standard 1,500) number of employees h) DUNS number
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/25723184463102daed4d276ccb440b23)
 
Place of Performance
Address: AFLCMC/PZJ, 205 West D Ave suite 420, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03552551-W 20141019/141017233816-25723184463102daed4d276ccb440b23 (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.