Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2021 SAM #7138
SOLICITATION NOTICE

J -- Contractor Logistics Support (CLS) for the Advanced Digital Test Station (ADTS)

Notice Date
6/15/2021 8:49:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA8533 AFLCMC WNKAB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8533-21-R-0003
 
Response Due
7/14/2021 1:00:00 PM
 
Archive Date
07/29/2021
 
Point of Contact
Victoria McDaris, Stephanie Cliett
 
E-Mail Address
victoria.mcdaris@us.af.mil, stephanie.cliett@us.af.mil
(victoria.mcdaris@us.af.mil, stephanie.cliett@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a notice is to provide information for an upcoming competitive Contractor Logistics Support (CLS) services requirement applicable to the B-1B Advanced Digital Test Station (ADTS) test system, NSN 4920-01-527-1350KV.� The Air Force Life Cycle Management Center (AFLCMC), Warner Robins Air Logistics Complex, Georgia, intends to award �a multiple year follow-on contract for Contractor Logistics Support (CLS) services in support of the B-1B ADTS.� This commercial B-1B ADTS CLS requirement will be a Requirements �D� Type Indefinite Quantity contract (IDC). This B-1B ADTS CLS requirement will be inclusive of a Firm Fixed Price (FFP) pricing arrangement. Data will be Not Separately Priced (NSP).� The CLS requirement includes Supply Chain Management (SCM) activities within the areas of spares management and procurement, repair and maintenance, failure reporting, and obsolescence forecasting in support of the Best Estimated Quantity (BEQ) of 35 stations and Original Equipment Manufacturer (OEM) repair located at Tinker AFB (OK) 21 stations, Dyess AFB (TX) 6 stations, Ellsworth AFB (SD) 6 stations, and Sheppard AFB (TX) 1 station. In addition there is one (1) station that will be provided as Government Furnished Equipment (GFE) for this CLS contract to be maintained at the Contractor�s facility to facilitate the accomplishment of this requirement. �This effort will also include a BEQ of 360 each OEM Repairs annually and an annual Spares Procurement BEQ of 76 each. This CLS requirement will have a period of performance of five (5) years. The period of performance will be one (1) basic period of performance, four (4) twelve (12) month option periods, and one (1) six (6) month Option to Extend Services under FAR 52.217-8. The Option to Extend Services under FAR 52.217-8 is applicable to task orders only. �The required delivery for OEM Repairs (CLIN X002) and Spares Procurement (CLIN X003) is to be cited on individual orders. The proposed contract action will be competed as a 100% small business set-aside in accordance with FAR 19.5.� The North American Industry Classification System (NAICS) code for this requirement is 811219. The Government intends to award without discussions, but reserves the right to conduct discussions if determined necessary. Any discussions will be conducted in accordance with FAR 15.306. Offerors shall prepare their proposals in accordance with the mandatory, explicit, and detailed instructions contained in the �Instructions to Offerors� in FAR provision 52.212-1, Attachment B, located in List of Documents, Exhibits or Attachments section of the Request for Proposal.� The Government will utilize the Lowest Price Technically Acceptable (LPTA) methodology in accordance with FAR 15.101-2 and the DoD Source Selection Procedures referenced in DFARS 215.300 and the AFFARS 5315.3 for a best value award decision. No trade-offs will be utilized and past performance will not be evaluated. The Government will evaluate proposals and make award in accordance with the �Evaluation Basis of Award�, FAR provision 52.212-2, Attachment C, located in List of Documents, Exhibits or Attachments section of the Request for Proposal. Please note that no technical data is available. Foreign Participation is not allowed. All questions and submissions in reference to this requirement shall be submitted in writing through DoD Safe to both of the following: Ms. Victoria McDaris: Victoria.McDaris@us.af.mil Ms. Stephanie Cliett: Stephanie.Cliett@us.af.mil No Telephone Questions will be accepted in reference to this requirement. Failure to Comply with Federal Acquisition Regulation (FAR) guidelines, FAR subparts, and instructions outlines herein may result in submission being deemed as non-responsive by the Procurement Contracting Officer. For more information, see attachments.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b542e7a348994135a9cf85372764c86b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06031911-F 20210617/210615230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.