Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2003 FBO #0560
MODIFICATION

58 -- Federated Digital Switch (FEDS)

Notice Date
6/10/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F04700-03-R-0018
 
Response Due
7/11/2003
 
Point of Contact
Diane Dolci, Contract Negotiator, Phone 661-277-9553, Fax 661-275-9642, - Cathi Cleveland, Contracting Officer, Phone 661-277-9383, Fax 661-275-9683,
 
E-Mail Address
diane.dolci@edwards.af.mil, cathi.cleveland@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NOTIFICATION OF FUTURE EDWARDS DIGITAL SWITCH (FEDS) REQUEST FOR PROPOSAL (RFP) RELEASE RFP NUMBER F04700-03-R-0018 10 Jun 03 1. You are hereby notified that the source selection process has been initiated with the release of the FEDS Request for Proposal (RFP) this date. The source selection process will continue until announcement of contract award, which is contemplate to take place in Sep 03. All communications regarding the FEDS RFP must be through Ms Cathi Cleveland, the undersigned Contracting Officer, or Ms Diane Dolci, Contracts Negotiator (please refer to RFP ITO paragraph 1.1, Points of Contact, for their telephone numbers and e-mail addresses). No other individuals at the Air Force Flight Test Center (AFFTC), or any other Agency, are authorized to communicate matters related to the FEDS source selection and, therefore, are not to be contacted. 2. The policies of FAR Subpart 15.3, Source Selection, as supplemented, will be followed for selection of the best value offeror, e.g. the offeror whose proposal gives the Air Force the greatest confidence that it will best meet, or exceed, the requirements affordably. The Government will use the tradeoff process at FAR 15.101-1 for making the selection. Please refer to the Award Section--Basis for Award and Evaluation Factors, of the RFP, for complete details. 3. Potential offerors are cautioned to carefully and thoroughly review the RFP, including the FED Statement of Work (SOW), since numerous changes have taken place since the draft RFP (DRFP) was released. It is critical to do a comparison between the DRFP and RFP to ensure your proposal captures the changes. Potential offerors who have been developing their proposals based upon the DRPF are cautioned to ensure their proposals are appropriately changed to incorporate the requirements of the RFP. 4. Highlights of the RFP Instructions to Offerors (ITO) are enumerated hereunder; however, offerors are responsible for ensuring they have a thorough understanding of, and comply with, the complete solicitation requirements. a. FAR 52.212-1(a). This acquisition is a 100% set-aside for small business concerns under North American Industry Classification System (NAICS) code 334210, with a size standard of 1000 employees. b. ITO 1.6. Mission Capability (MC) Subfactors 1, FEDS Operational Scenario, and 2, FEDS Process Scenario, are not subject to communications/discussions evaluation notices (ENs) should it be necessary to conduct discussions. Therefore, potential offerors are cautioned to ensure their scenario responses are thorough, clear and precise. c. ITO 2.3. MC Subfactor 3, Performance Price Reduction Schedule (PPRS), has been added. d. ITO 2.1.1, 2.2.1, 2.3.2 Page limitations for the MC Subfactors 1 and 2 are described within the instructions for preparing the MC proposal. MC Subfactor 3 has no page limits. e. ITO 3.0. Proposal risk is to be addressed within the MC volume and within its MC subfactor (1 and 2) page limits. f. ITO 4.3. Page and contract limits for past performance must not be exceeded. Contracts must have a performance period of at least one year and completed not longer than 3 years from the date of RFP issuance, 10 Jun 03, to be considered (reference Award Section 5.3.1). g. ITO 4.8 Early submission of the Past Performance Volume is required. This volume is due to the issuing office by 25 Jun 03, 1600 PDST. h. ITO 4.9. Potential offerors are to send out and track the Past Performance Questionnaire provided at ITO Attachment 3. i. ITO 1.5.2.1. Past performance is not to be discussed in the Mission Capability Volume. Correspondingly, excessive information, such as an introduction or executive summary letter, within any of the volumes, is not to be furnished. Such information, if included, will not be provided the evaluation team. j. ITO 5.1.2.1. The FEDS Commercial Price Book (FCPB) is to be in the user friendly format specified in the instructions, and contain all the information described in the instructions. Particularly note the instructions for what is NOT to be included in the prices and the FCPB itself. k. 52.212-1(d). The Government intends to award a contract without discussions based on initial proposals; therefore, proposals should contain their best terms for Mission Capability, Past Performance and Price. l. 52.2121(b). Alternate proposals are not authorized. m. The Mission Capability and Price Volumes must be received by the issuing office by 11 Jul 03, 1600 PDST. Electronic submissions, e.g. facsimile, internet or e-mail, are not authorized.
 
Place of Performance
Address: Edwards Air Force Base, California
Zip Code: 93524
Country: United States
 
Record
SN00343732-W 20030612/030611065253 (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.