Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

R -- National Technical Nuclear Forensics II (NTNF II)

Notice Date
7/20/2017
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
FA7022-17-R-0008
 
Point of Contact
Charlotte Simon, Phone: 3214948621, Michelle Raines, Phone: 321-494-7320
 
E-Mail Address
charlotte.simon@us.af.mil, michelle.raines@patrick.af.mil
(charlotte.simon@us.af.mil, michelle.raines@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis for a services acquisition, using full and open competition, as required by Federal Acquisition Regulation (FAR) Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THE WEBSITE. This synopsis is not to be construed as a commitment by the Government. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. 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 NTNF II effort. The services to be acquired are primarily concerned with operation and maintenance (O&M), and research and development (R&D) in support of the NTNF II mission; both on site (Patrick AFB), and off-site (Contractor's facility). The contractor must be able to support day-to-day operations for AFTAC's Nuclear Treaty Monitoring Mission using highly-skilled, multi-disciplined and technically trained personnel. The contractor must also demonstrate the capability to provide technical assistance to include: 1) Solutions providing expertise and operational knowledge in the field of nuclear analysis as it relates to the National Technical Nuclear Forensics (NTNF II) mission. The offeror must provide specific and detailed examples, prior experience, and evidence to support their proposal. 2) Solutions providing expertise and operational knowledge in NTNF II exercises at local, Air Force, Department of Defense, and national level real world event scenarios. The offeror must provide specific and detailed examples, prior experience, and evidence to support their proposal. 3) Solutions providing expertise and operational knowledge of laboratory analytical processes, procedures and data evaluation for NTNF II real world event scenarios. The offeror must provide specific and detailed examples, prior experience, and evidence to support their proposal. This acquisition will be conducted on an unrestricted basis, without set-aside. The applicable North American Industry Classification System (NAICS) code is 541990 - All Other Professional, Scientific and Technical Services and the size standard is $15.0M. 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 May 2018. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of five (5) years. It is anticipated that the contract will be awarded using Firm-Fixed-Price (FFP), Contract Line Item Numbering (CLINs) for O&M and R&D, with a Cost Reimbursement line item to cover travel, per diem, and phase-in costs. 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 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. Michelle Raines, Contracting Officer, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick AFB FL 32925, e-mail: michelle.raines@us.af.mil. AFFARS clause 5352.201-9101, Ombudsman (Apr, 2014) is applicable. (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, 114 Thompson St., Bldg. 586, Rm 129, Langley AFB, VA 23665-2769 Comm: 757-764-5372, Fax: 757-764-4400, E-mail: 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/c454dae9ea8cbfbc349974ebb03372f4)
 
Place of Performance
Address: 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04588886-W 20170722/170720235657-c454dae9ea8cbfbc349974ebb03372f4 (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  © 1994-2020, Loren Data Corp.