Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2017 FBO #5536
SOLICITATION NOTICE

R -- Technical Sensors Radar Support (TSRS) - Attachment 3 - Labor Rates - Draft RFP FA702217R0004 - Attachment 5 - Past Performance Questionnaire - Attachment 1 - PWS - Attachment 4 - Instruction to Offerors - Attachment 2 - DD 254 - Exhibit A - CDRLs

Notice Date
1/17/2017
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA702217R0004
 
Point of Contact
Mary S. Nichols, , Joyce Hongell,
 
E-Mail Address
mary.nichols@us.af.mil, joyce.hongell.1@us.af.mil
(mary.nichols@us.af.mil, joyce.hongell.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit A - CDRLs Attachment 2 - DD 254 Continuation Attachment 2 - DD 254 Attachment 4 - Instruction to Offerors Attachment 1 - PWS Attachment 5 - Past Performance Questionnaire Draft RFP FA702217R0004 Attachment 3 - Labor Rates This is a DRAFT REQUEST FOR PROPOSAL (RFP) for the Technical Sensors Radar Support (TSRS) Contract. This announcement does not constitute a solicitation and proposals are not being requested at this time. The Acquisition Management and Integration Center (AMIC) DET 2 OL/PKA (Patrick AFB FL) has been tasked to solicit for, and award a contract for the Technical Sensor Radar Support (TSRS) acquisition. The anticipated contract will provide high l y speci a l ized Advisory and Ass i s t ance Serv i ces (A&AS) and Informat i on Techno l o gy Support Serv i ces to i nclud e : In-depth Eva l uation of Radar System Eng i neer i n g ; Data Processing and Analysis; and Information Technology Technical Advisory Servi ces for the Technical Sensor Radar Support (TSRS) Program on up to two (2) unique radar systems. A deta i led eng i neering know l edge of two d i ffer e nt mobi l e radar systems de s i gnated Cobra K i ng (CK ) and Gray Star (GS) programs i s essen t i a l to the success of t h is program in order to accomp l ish required performance monitoring, independent validation and verification, and systems engineering tasks. Contractor personnel will be required to travel to remote locations and be capable of foreign travel. CK will require a contractor representative to deploy whenever the asset does (approx 40 weeks per year). This representative shall act as a technical advisor to the Ai r Force Mission Commander (MC). Mission need may di ctate that work be performed i n a declared hazardous duty area. S ECURITY REQUIREMENT: Contractor personnel w i ll have access to classified i nformat i o n, up to and inc l udin g, the Top Secret clearance l evel. Contractor personnel w i ll requ i re access to secured area s. The contractor must have a Top Secret facility clearance, and the capab i l ity to obtain Special Background Investigations (SBls) prior to contract awar d. This acquisition will be conducted on an unrestricted basis, without set-aside. The applicable North American Industry Classification System (NAICS) code is 541690 Other Scientific and Technical Consulting Services and the size standard is $15M. The RFP will be available electronically on this website only. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for April 2018. A Cost-Plus-Fixed-Fee contract is contemplated with one 6-month base period, four 1-year option periods, and one 6-month option period, for a total period of performance of five years if all options are exercised. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award (see https://www.sam.gov/portal/public/SAM#1). It is mandatory to obtain a DUNS number prior to registering in SAM by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal (after issuance of the final RFP) and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUB Zone Small Business (HSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, an Indian Tribe, an Alaskan Native Corporation, or a Large Business based on the size standard above. The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman, is applicable and follows below. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. Point of contact is Ms. Joyce Hongell, Contracting Officer, AMIC DET 2 OL/PKA (Patrick AFB FL), 10989 South Patrick Drive, Patrick AFB FL 32925, e-mail: joyce.hongell.1@us.af.mil. 5352.201-9101 Ombudsman (JUN 2016) (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, Lt Col Aaron D. Judge, 129 Thompson St., Bldg 586, Rm 129, Comm: 757-764-5372, aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the center/MAJCOM/DRU/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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56a3bd08b5964201087d3b494f637f4f)
 
Place of Performance
Address: Worldwide & Patrick AFB, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04373173-W 20170119/170117234702-56a3bd08b5964201087d3b494f637f4f (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.