Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2014 FBO #4779
SOLICITATION NOTICE

A -- Center for Aircraft Structural Life Extension (CAStLE) Engineering and Research Activities for Aging Structures

Notice Date
12/23/2014
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-15-R-0002
 
Point of Contact
Londres Medranda, Phone: 719-333-6483, Matthew A. McLean, Phone: 719-333-4595
 
E-Mail Address
londres.medranda@us.af.mil, matthew.mclean.10@us.af.mil
(londres.medranda@us.af.mil, matthew.mclean.10@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL INFORMATION Document Type: Pre-Solicitation Solicitation Number: FA7000-15-R-0002 Acquisition: Total Small Business Set Aside NAICS Code: 541712 FSC Code: AJ12 CONTRACTING OFFICE ADDRESS Department of the Air Force, USAF Academy - 10th Contracting Squadron, 10 CONS/LGCC, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315 DESCRIPTION This synopsis IAW FAR Subpart 5.2 is for informational purposes only and does not constitute a solicitation for proposals. Do not submit a proposal at this time. This is a pre-solicitation notice for The Center for Aircraft Structural Life Extension (CAStLE) engineering and research activities support at the U.S. Air Force Academy, CO. The Center for Aircraft Structural Life Extension (CAStLE) is located in the Department of Engineering Mechanics (DFEM) at The United States Air Force Academy (USAFA). CAStLE's mission is to provide structural integrity tools, solutions and information to Department of Defense (DoD) as well as non-DoD and non-Government entities through the use of appropriate formal agreements. CAStLE also supports the Dean's mission by bringing Air Force-relevant research and engineering activities into the classroom. The contractor shall perform engineering and research activities related to material degradation due to aging, initiated by external customers, CAStLE, other government agencies and non-government entities. In general, the research and engineering activities performed by CAStLE cover a variety of work that follows aircraft and other structures through their life-cycle from cradle to grave. CAStLE efforts span a wide range of material degradation-related topics, including basic development and characterization of materials, mechanical testing of structure(s), material corrosion susceptibility and mitigation, computer modeling and finite element analysis, flight data acquisition, structural teardown and analysis, and analysis of damaged, failed and/or degraded structure(s) and materials. The contractor may be required to perform efforts related to the above listed CAStLE activities, as well as research activities, engineering activities, structures teardown, non-destructive analysis, design analysis/development/qualification testing, full-scale testing, certification and force management development, force management execution, training/procedural support, written reports/briefings, education, lab equipment maintenance, and other related efforts. The scope of this effort may cover a variety of aging structures (from a micro-level up to aircraft, ships, tanks, ground support equipment, bridges, and other varieties of aging structures and materials). The Contracting Officer will issue Task Orders (TOs) as the ordering mechanism for specified requirements. The North American Industry Classification System Code (NAICS) is 541712 and the small business size standard is 500 employees. This acquisition is a total small business set aside in accordance with FAR Part 19.502-2(b). It is anticipated the solicitation will be issued electronically about mid-January to early February 2015 on the Federal Business Opportunities (FedBizOpps) web page at https://www.fbo.gov/. Due date for receipt of proposal will be indicated in the solicitation document when it is released. Once the solicitation is posted on FedBizOpps, it is incumbent upon the interested parties to review this site frequently for any updates or amendments. It should be noted that paper copies of documents will not be provided. All proposals are to be submitted by U.S. Mail or by other courier delivery services company only. No proposals will be accepted by email or fax. Offerors must be registered with the System for Award Management (SAM) or may not be considered for award. Registration can be accomplished at https://www.sam.gov. The Federal Acquisition Regulation (FAR) requires the use of electronic annual representations and certifications in Federal solicitations as part of the proposal submission process. Representation and Certification are to be accomplished at https://www.sam.gov. Registration requires applicants to have a DUNS number from Dun and Bradstreet and can be obtained at http://www.dnb.com/. This is expected to be a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), DoD Source Selection Procedures (dated 4 March 2011) and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. The Government will select the best overall offer, based upon an integrated assessment of Technical, Past Performance, and Cost/Price. A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, as supplemented, whose proposal conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Section L of this solicitation) and is judged, based on the evaluation factors and subfactors to represent the best value to the Government. The Government seeks to award to the offeror who gives the Air Force the greatest confidence that it will best meet, or exceed, the requirements. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors, and the Source Selection Authority (SSA) reasonably determines that the technical approach and/or past performance of the higher price offeror outweighs the price difference. The SSA will base the source selection decision on an integrated assessment of proposals against all source selection criteria in the solicitation. 5352.201-9101 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) POINT OF CONTACT Questions and responses should be addressed to the primary contact, Matthew McLean, Contracting Officer, at matthew.mclean.10@us.af.mil, or the alternate point of contact, Londres Medranda, Contract Specialist at londres.medranda@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-15-R-0002/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN03603559-W 20141225/141223234616-2ee435b640537afe9e6c9ed78e04cd11 (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.