Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

M -- Range Support Services - RSS II Bidder's Library Catalogs - RSS II Bidder's Library Catalog - RSS II Bidder's Library Catalog - RSS II Bidder's Library Catalog - RSS II Bidder's Library Catalog - RSS II Bidder's Library Catalog - Solicitation 1 - RSS II Bidder's Library Catalog

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Material Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA8240-15-R-3102
 
Response Due
10/13/2015 8:00:00 AM
 
Point of Contact
Mary Shinney, Phone: 8017775353
 
E-Mail Address
mary.shinney@us.af.mil
(mary.shinney@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RSS II Phase 1 - Scorecard RSS II Section M RSS II Section L J-6 - Contract Security Classification Specification J-5 - Award Fee/Term Plan J-4 - Government Furnished Property (GFP) Lists J-3 - Collective Bargaining Agreements / Wage Determinations J-2 - Contract Data Requirements Lists J-1 - Performance Work Statement RSS II Model Contract RSS II Cover Letter ***This requirement is redirected from the Sources Sought Synopsis posted under FA8240-13-R-7010. Notice FA8240-13-R-7010 will be archived and all further information pertaining to the RSS II contract will be posted under FA8240-15-R-3102. The information provided herein replaces and superceeds information previously posted under FA8240-13-R-7010.*** General Information This is a solicitation for the Range Support Services (RSS) II contract. These services are to be performed at the Nevada Test and Training Range (NTTR). Contract award is anticipated by June 2017 with a contract transition start date of 01 July 2017. This is a full and open, two (2) phase source selection, utilizing Best Value Trade-off source selection procedures in accordance with FAR Part 15. The Government is encouraging teaming arrangements from offerors. Up to the three (3) most highly evaluated offerors will be provided the RFP in Phase 2. Based upon previous industry feedback, each offeror team will be provided no more than twenty (20) program briefed personnel positions for proposal development in Phase 2. The estimated value of this acquisition is $3.6B. The Government intends to award a single Requirements contract. (While the Government will abide by the intent of the Requirements contract wherein the contractor will receive the preponderance of the work identified in the PWS, the Government will reserve the right to meet mission needs, a large in-flux of customer requirements due to DoD shifting priorities, or work that falls under a governance structure, such as construction, through other means of support (e.g. government or through other contracts).) The resulting contract will have a potential 16-year period of performance (including options and award terms) plus a 3-month transition period beginning on 01 July 2017. The pricing arrangements will be Firm Fixed Price (FFP ) (transition in), Cost Plus Award Fee (CPAF ) (range support services - organic labor (e.g. prime plus teaming partners)), and Cost Reimbursable (CR) (motorpool services, travel, material, non-organic labor, and other direct costs). Industry Day The Government held an Industry Day 13-16 July 2015. Industry Day attendees were: URS Federal Services Bechtel National, Inc. TRAX International Lockheed Martin Missiles and Fire Control-Technical Services Vectrus Systems Corporation Saalex Solutions Advanced Range Services Alliance (JV between IAP, Worldwide Services, Jacobs Engineering, and Epsilon) Fluor KBR Pacific Architects and Engineers, Inc. (PAE) exp.Federal Day & Zimmermann
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA8240-15-R-3102/listing.html)
 
Record
SN03879176-W 20150912/150910235224-8ad7bac2d05a068b64c2e4e29db0a733 (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.