Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
MODIFICATION

J -- Weather and Radar Equipment Maintenance

Notice Date
8/14/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
F44650-02-R-0002
 
Point of Contact
DARLA CLIFTON, Contract Manager, Phone (757) 764-4829, Fax (757) 764-9695, - Patrick Gates, Contracting Officer, Phone 757-764-7464, Fax 757-764-9695,
 
E-Mail Address
darla.clifton@langley.af.mil, patrick.gates@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION / IMPORTANT NOTICE: This requirement was previously posted as a Sources Sought Notice on Nov 07, 2001. The previous notice can be viewed under F44650-02-R-0002. ACC Contracting Squadron, Langley AFB, VA, is soliciting proposals for a Performance Price Tradeoff (in accordance with Air Force FAR Supplement 5315.101-1) to provide all management, personnel, site visits, equipment, tools, materials, supervision, and other items and services necessary to maintain weather equipment (except as specified as Government-Furnished Property and Government Furnished Services) as defined in the Statement of Work (SOW) for multiple Army locations. Maintenance of five Next Generation Weather Radar (NEXRAD), fifteen Automated Surface Observation Systems (ASOS), and various meteorological weather equipment will be required at the following sites as identified in the Statement of Work: Ft. Benning AL, Ft. Campbell KY, Ft. Drum NY, Ft. Hood TX, Ft. Leonard Wood MO, Ft. Polk LA, Ft. Rucker AL, and Ft. Sill OK, Ft. Stewart AAF, GA, and Ft Huachuca AZ. Equipment maintenance will include all forms and levels of maintenance from simple preventive maintenance and cleaning to complex inspection, assembly repair, corrosion control, alignment and calibration. Equipment repair varies from simple component level replacement to removing and replacing line repairable units. The government will provide all repair parts. The service provider shall ensure all work, services, and operations are in compliance with local, state, and federal laws and regulations. The period of performance is for one basic year (1 Nov 2002-30 Sep 2003-- eleven months) with five option years. NAICS Code 811219 is applicable to this effort; the size standard is $6Million. This action will be issued as a Request for Proposal (RFP) on or about 15 August 2002 via the Electronic Posting System (EPS) Internet site at www.eps.gov. Interested offerors are responsible for monitoring the EPS web pages for further information concerning this source selection, including the release of the solicitation and all subsequent amendments and correspondence related to the solicitation. Offerors must download the RFP from the web page; no hard copies will be mailed. Research indicates this service is commercial in nature and we are soliciting beneficial commercial practices and terms and conditions for consideration. Prospective offerors for this solicitation should e-mail your company name, a point of contact, address, phone number, fax number, email address, and business size under the above NAICS code to the POCs for this procurement. This list is coordinated to facilitate subcontracting opportunities only and will be released periodically to this solicitation. The RFP and all attachments will be posted in Microsoft Word and Excel documents. The deadline for receipt of proposals is tentatively 11 September 2002. A preproposal conference will be held at Fort Rucker AL, on 28 August 2002. Questions should be submitted to the Contracting Officer via email not later than 30 August 2002. Any changes to solicitation documents by offerors will render them invalid. Contractors must be registered in the Centralized Contractor Registration in order to receive a contract award from any DoD activity. Contractors may access the CCR at http://www.ccr.gov.
 
Place of Performance
Address: Multiple Locations (see description above)
 
Record
SN00140507-W 20020816/020814213433 (fbodaily.com)
 
Source
FedBizOpps.gov 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.