Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2021 SAM #7140
SOLICITATION NOTICE

D -- Remotely Piloted Aircraft-Squadron Operations Center (RPA-SOC) Enterprise

Notice Date
6/17/2021 2:28:23 PM
 
Notice Type
Presolicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
FA4890 ACC AMIC LANGLEY AFB VA 23665-2701 USA
 
ZIP Code
23665-2701
 
Solicitation Number
FA489021R0007_Draft-RFP_Synopsis
 
Response Due
7/2/2021 1:00:00 PM
 
Archive Date
07/17/2021
 
Point of Contact
Tony Burns
 
E-Mail Address
anthony.burns.6@us.af.mil
(anthony.burns.6@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ACC AMIC/PKAA is pleased to provide the following Synopsis and DRAFT Request a Proposal (RFP) for the Solicitation FA489021R0007, Squadron Operations Center Enteprise Services (SOC-E).� All documents are still in draft form and the requirement, acquisition strategy, and attached documents have not been finalized or approved at this time.� Do not submit proposals in response to this DRAFT RFP.� ACC AMIC/PKAA intends to award Multiple-Award IDIQs to qualified offerors as defined in this RFP.� This contract vehicles will include one eight (8) year ordering period. The awards are projected to take place in January 2022. The overall ceiling of the IDIQ is $750M. The total value of all task orders awarded under the Multiple-Award IDIQ will not exceed this amount. A Post-Award Conference will be awarded to each IDIQ awardee. The task order value for the Post-Award Conference is $5,000.00 and will satisfy the minimum order requirement. A contractor that is awarded an IDIQ contract is not guaranteed any task order beyond the Post-Award Conference. Please submit any questions, comments, or suggestions regarding this notice, the Draft RFP, or any of the Draft attachments via email to cortney.young@us.af.mil and tony.burns.6@us.af.mil using the Attachment 15 Question-Comments Matrix no later than 3:00 pm EST on 02 July 2021 SYNOPSIS:� Air Combat Command Acquisition Management & Integration Center (ACC AMIC); Joint Base Langley-Eustis is soliciting to provide non-personal services for the Remotely Piloted Aircraft (RPA) Squadron Operation Center Enterprise. The RPA-SOC provides capability for squadron level mission planning, airspace coordination, tasking/targeting updates, threat warning, data archival and retrieval, establishing and maintaining situational awareness, dissemination and support in areas of mission execution, intelligence, weather administration and communications. The requirement is to Install, configure, operate, maintain, manage, and troubleshoot equipment and networks to support long-haul communications (both satellite and terrestrial), and provide help desk function. Sustain RPA-SOC operations, RSO, video dissemination and provide system administration for system networks. Provide all personnel, supervision, management, transportation and other services necessary to support, operate, maintain, configure, and repair Command, Control, Communications, Computer, Intelligence, Surveillance and Reconnaissance (C4ISR) systems, equipment, and circuits supporting RPA missions at Continental United States/Outside the Continental United States (CONUS/OCONUS) facilities within established demarcation points. RPA SATCOM Relay Sites require 24/7 on-site coverage. Additionally, provide purchasing, warehouse management, and installation of standard configuration, and technology refresh items.� This acquisition is anticipated to be solicited as set aside for Small Businesses. Only responsible certified Small Business sources may submit a proposal, which will be considered. The North American Industry Classification System Code for this requirement is 541513. The solicitation will be issued as a Request for Proposal (RFP) utilizing Federal Acquisition Regulation, Part 15 - Contracting by Negotiation. The government seeks to award to an offeror who gives the Air Force the best value utilizing a Highest Technically Rated Offeror (HTRO) methodology. The Government contemplates award of a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract with fixed price, fixed price level of effort and cost reimbursable line items resulting from this solicitation. The IDIQ Ordering period will be 8 years from date of award, with no options at the IDIQ level. Options will be included at the task order level only. The RFP is planned to be posted on https://beta.SAM.gov, in late July/early August. The anticipated contract award date is mid-January 2022. Please note that all information pertaining to subject solicitation including updates on the acquisition and/or amendments to the solicitation will be posted to https://beta.SAM.gov. The Contracting Officer for this acquisition is 1st Lt Cortney Young and the Contract Manager is Tony Burns. In order to reach all POCs please direct all emails to anthony.burns.6@us.af.mil and cortney.young@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/01ca91802675466bbf2cf2a7d6feae55/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06034816-F 20210619/210618201530 (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.