Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2014 FBO #4774
MODIFICATION

V -- North Warning System Fixed-Wing Heavy Airlift/ Medium Fixed-Wing Airlift Service - Updated PWS / Questions

Notice Date
12/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-14-R-0005
 
Archive Date
1/23/2015
 
Point of Contact
Veronica A. Johnson, Phone: 7572257714, Troy A. McCullough, Phone: 757-225-4540
 
E-Mail Address
veronica.johnson.5@us.af.mil, troy.mccullough@us.af.mil
(veronica.johnson.5@us.af.mil, troy.mccullough@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS Questions NEW INDUSTRY QUESTIONAIRE. PLEASE RESPOND NLT 09 JAN 2015 12:00PM EST THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This announcement closes 4:00 p.m. Eastern Time on Friday, 15 November 2013. IAW DFARS 225.802-70, Contracts for performance outside the United States and Canada and PGI 225.802(b) and 802-70, the Government is seeking industry input from Canadian firms only at this time. The applicable North American Industry Classification System (NAICS) for this requirement is 481211 (Nonscheduled Chartered Passenger Air Transportation). Interested parties must be registered under NAICS 481211 in SAM (System for Award Management) at www.sam.gov, formerly known as CCR (Central Contractor Registration). The Government plans to consider all information submitted in response to this Sources Sought Notice. Air Combat Command, Acquisition Management Integration Center (ACC AMIC), Langley AFB VA, is in the process of determining the acquisition strategy to obtain non-personal services for the North Warning System Fixed-Wing Heavy Airlift/ Medium Fixed-Wing Airlift Service support contract with performance in Canada. For this requirement, the Contractor shall provide all personnel, services, equipment, tools, oil, facilities, supervision and direct materials necessary for the performance of the air transportation services hereunder, including sufficient number of ground personnel for adequate maintenance and ground operation, except as otherwise noted in this contract. The Contractor's price includes all costs of performance (including spares, aircraft basing, lodging, crew rotation costs, and aircraft heaters sufficient to support operations in the Arctic environment) and costs for fuel handlers, except for items covered under reimbursable expenses. This PWS provides the technical and program management requirements for the full spectrum of United States Air Force (USAF) directed North Warning System Airlift efforts. Performance will consist of a Phase-In/Transition period (length of Phase-In period is TBD), one (1) base period, and four (4) one-year option periods. The Government anticipates making award on or about September 2014, with the Phase-In/Transition period with the actual contract performance to start 1 October 2014. The Request For Proposal (RFP) release date is to be determined. Offers will receive payments in terms of US currency. The soliciation will be issued directly to Canadian firms. The Canadian Commercial Corporation will issue endorsement letters as applicable prior to contract award. Please note: This is an estimated posting timeframe and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website at www.fbo.gov for all subsequent postings. A draft Performance Work Statement (PWS) is posted in conjunction with this notice to provide the size, scope, and complexity of this requirement. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. All interested parties should submit a capabilities package (please limit to no more than 10 pages total) outlining your company's key business abilities and any past performance relevant to this requirement and addressing the questions found in Attachment 1. Please submit the requested information to this office by NLT the closing date and time (15 Nov 13, 4:00 p.m. Eastern Time) to SSgt Troy McCullough at troy.mccullough@us.af.mil and Christin Lockhart at christin.lockhart@us.af.mil. Include the following information about your organization in your response: Name of Organization Address Telephone Number Point(s) of Contact E-Mail Addresses Cage Code DUNS Number
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-14-R-0005/listing.html)
 
Place of Performance
Address: Canada, United States
 
Record
SN03599699-W 20141220/141218234522-d5f23cbfcc7194c1d32365a55de25e7c (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.