Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2015 FBO #4951
SOLICITATION NOTICE

R -- Air Combat Training System (ACTS) - Draft Technical Exhibit - Draft Performance Work Statement - Preprposal Conf, Site Visit, and One on One Information - Draft Request For Proposal

Notice Date
6/12/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
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
FA4890-15-R-0001
 
Point of Contact
Courtney Fluellen, Phone: 7572256111, Sharon Potter, Phone: 7577649371
 
E-Mail Address
ACCAMIC.PKC.ACTSRecompete@us.af.mil, ACCAMIC.PKC.ACTSRecompete@us.af.mil
(ACCAMIC.PKC.ACTSRecompete@us.af.mil, ACCAMIC.PKC.ACTSRecompete@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attached is a Draft Request for Proposal This attachment provides information regarding anticipated dates/times for the Pre-proposal Conference, Site Visit, and One on Ones. Attached is the Draft Performance Work Statement (PWS) Attached is the Draft Technical Exhibit Pre-Solicitation Notice Operation, Maintenance and Mission Support of Air Combat Training System (ACTS) The Air Combat Command Acquisition Management and Integration Center (ACC AMIC), Langley Air Force Base, Virginia, hereby publicizes its intention to solicit for non-personal services to provide operation, maintenance and repair services to Air Combat Training System (ACTS) and to support the ACTS mission at Seymour Johnson AFB, Langley AFB, Eglin AFB, Ellsworth AFB, Shaw AFB, Mountain Home AFB, Tyndall AFB, Barksdale AFB, Dyess AFB, Nellis AFB as well as USAFE funded sites at Lakenheath, Spangdahlem, and Aviano ABs. The ACTS is a computer-based data communication and tracking network comprised of data and voice communication circuits, computer hardware, computer software, electronic circuitry, and electromechanical devices. The ACTS mission is to provide an integrated realistic training environment in support of on-site and off-site aircrew/ground support crew training. An extension of the ACTS mission is support of continued development, testing, and implementation of ACTS systems and ancillary equipment. This acquisition is restricted to 8(a) competition. The period of performance will consist of a one-month transistion for CONUS and three-month transition for OCONUS, six-month base contract period for CONUS and OCONUS, and four one-year option periods. A single Firm Fixed Price (FFP) contract will result from the solicitation using Lowest Price Technically Acceptable (LPTA) source selection procedures. The anticipated issue date for the Request for Proposal (RFP) is on or about 17 July 2015, with the anticipated date for receipt of proposals on or about 14 August 2015. The anticipated award date is on or about 1 March 2016. The Government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documentation will not be made available. Solicitation, amendments and other miscellaneous documents will be posted to the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. It is the responsibility of each offeror to review the website for notice of amendments, updates or changes to current information. Contact with government personnel, other than the ACC AMIC Contract Manager and/or Contracting Officer listed below, by a potential offeror or their employees' regarding this project is strictly prohibited. In order to be eligible for award, registration under the correct North American Industry Classification System (NAICS) code in the Central Contractor Registration (CCR) database is required. To register, go to http://www.ccr.gov. The applicable NAICS code for this solicitation is 541330, Engineering Services exception for Military and Aerospace Equipment and Military Weapons, and the small business size standard is $38.5 million. All documents associated with this projected requirement will be made available only on the Electronic Posting System, FedBizzOpps website at http://www.fbo.gov. The Government plans to use the Internet and email as the primary means of disseminating and exchanging information. Points of Contacts for this requirement: Ms. Courtney Fluellen, Senior Contract Manager and Ms. Sharon Potter, Contracting Officer. Both POCs can be reached by email at ACCAMIC.PKC.ACTSRecompete@us.af.mil Draft Solicitation and Draft Performance Work Statement (PWS) are attached to this notice. Preposal Conference, Site Visit, and One on One information is also attached to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-15-R-0001/listing.html)
 
Place of Performance
Address: Multiple CONUS and OCONUS DOD Installations, United States
 
Record
SN03763582-W 20150614/150612235752-f91d9ff1da6b10259418f6e10c890204 (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.