Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2022 SAM #7355
SPECIAL NOTICE

99 -- LSS STAQ Lab SUPPORT

Notice Date
1/18/2022 11:16:52 AM
 
Notice Type
Special Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
DEPT OF THE AIR FORCE
 
ZIP Code
00000
 
Solicitation Number
FA860622D0001
 
Response Due
2/9/2022 12:00:00 PM
 
Point of Contact
Zachary Goit, Phone: 937-904-3609, Ryan Dilworth, Phone: 937-938-3800
 
E-Mail Address
zachary.goit@us.af.mil, ryan.dilworth@us.af.mil
(zachary.goit@us.af.mil, ryan.dilworth@us.af.mil)
 
Description
1. The United States Government (USG) hereby requests that IST provides a FFP/CPFF proposal for the sole source support of the LSS STAQ Lab, to include, but not limited to, the following: performing specific tasks, evaluations or tests, maintaining the lab equipment, program management efforts, tests specified on the over and above contract line, as well as other tasks or services as described and required under the attached Performance Work Statement (PWS). This award will consist of LSS STAQ support for one (1) Base Year, plus four (4) Option Years. 2.�� �WNU requests that this proposal be submitted no later than 09 February 2022. IST shall submit the necessary technical and cost information to substantiate the proposal. In accordance with FAR 15.404-1(b), IST shall submit certified cost or pricing data, unless an exception otherwise applies. Please submit one (1) electronic copy of the proposal, addressed to the undersigned. This is a request for a proposal only and shall not be misconstrued as contractual direction or authorization to begin work. 3.�� �The following is the suggested Contract Line Item Number (CLIN) structure for this contract: CLIN Description 001 Evaluation � Firm Fixed Price 002 Lab Supplies or Equipment � Firm Fixed Price 003 Program Management � Firm Fixed Price 004 Facilities � Firm Fixed Price 005 Over and Above � Cost Plus Fixed Fee 006 Contractor Travel � Cost Plus Fixed Fee In accordance with DFARS PGI 217.7701(3), since an Over and Above CLIN will be on the contract, the specific procedures for USG ordering and contractor performance need to be agreed upon by the parties. In accordance with DFARS PGI 217.7701(4), it is proposed that the USG will issue a request describing the manner in which the individual Over and Above work to be completed under the contract. The request will contain the dollar threshold for that specific work request. After submittal and acceptance of the individual work order, the request will be formalized via contract modification. If IST agrees with this procedure or has issues with it, please state so in the proposal and those issues will be resolved during negotiations. 5.�� �In accordance with DFARS 227.7102-2, Rights in technical data, given the nature of the tests to be ordered under the various CLINs of this IDIQ, it is requested that IST propose the level of data rights that will be offered to the USG, as necessary and appropriate. 6.�� �Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The USG reserves the right to cancel this solicitation either before or after the proposal is received. In the event that the USG cancels this effort, the USG has no obligation to reimburse the Offeror for any costs. 7.�� �Please direct all questions to the undersigned, Mr. Zachary Goit at 937-904-3609 or at zachary.goit@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f896ca7de6414a21a66b89ea12410814/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06218833-F 20220120/220118230102 (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.