Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOLICITATION NOTICE

R -- Command Support Equipment Manager

Notice Date
3/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133L-05-MOB1
 
Response Due
3/24/2005
 
Archive Date
5/23/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested from GSA Holders Only and no formal or written solicitation will be issued. W9133L-05-MOB1 is issued as a request for Proposal (RFP) and will result in a firm fixed-price contract. Award will be made on a Best Value basis. Provision s and clauses incorporated in Solicitation W9133L-05-MOB1 are those in effect through Federal Acquisition Circular (FAC) 2001-04. The contractor shall provide the ANGRC with technical expertise and experience to document and provide more effective and tim ely support equipment management support to ANG operational units. Provide on-site technical expertise to the ANG Command Support Equipment Manager. Expertise and knowledge shall extend to the responsibilities of the ANG Support Equipment Management sect ion to include both command and functional management areas. Assist in executing and managing Depot Maintenance programs to include computation of support equipment overhaul requirements, budget forecasting, negotiation, funding requests, overhaul and rep air negotiations, and monitoring of equipment in overhaul. Provide support equipment-specific technical knowledge for the monitoring of ANG support equipment readiness metrics, including providing analysis of statuses to management and representation of th e ANG support equipment section at selected conferences, meetings, and working groups. Provide communication on logistics policies, and serve as a catalyst for solving problems with support equipment. DELIVERABLES: All deliverables must meet professiona l standards and meet the requirements set forth in contractual documentation. The contractor will be responsible for delivering all end items specified. In the absence of other agreements negotiated with respect to time provided for government review, de liverables will be inspected and the contractor notified of the clients findings within 5 workdays of delivery. The following items are deliverables which fall within the scope of this task and which are illustrative of the type of work the Government ex pects to order. Reports: In addition to the following reports: technical approach, PMMP, QCP, and status reports, additional reports may be requested as deemed necessary. The base contract will be from 1 April 2005  30 September 2005 with two year lon g option periods. PLACE OF PERFORMANCE: Work performed under this SOO shall primarily be on-site at the Air National Guard Readiness Center, Andrews AFB, MD with some travel. Travel may be required to provide technical expertise to the various support e quipment conferences and meetings. Probable locations for the conferences shall be Warner Robins Air Logistics Center, GA, and other locations. Government office space, office supplies, computer equipment, telephone, and reproduction facilities will be p rovided for work conducted at the governments facility. CONSTRAINTS: Hours of Work: Contractor personnel are expected to conform to normal client duty hours (generally 0800-1700, Monday-Friday, excluding Federal holidays.) Hours may be extended to mee t contingency needs. TRAVEL: Travel shall be no more than 4 trips for 5 days each to provide technical expertise to the various support equipment conferences and meetings. Probable locations for the conferences shall be Warner Robins Air Logistics Cente r, GA, and other locations. EVALUATION CRITERIA: The following factors and sub factors are in descending order of importance. Proposal will be based on the following: Factor I- Technical, Sub factor 1- Program Assessment, Sub factor 2 Execution Plan, F actor II Past Performance, Factor III Cost based on completeness and reasonableness. Evaluation for past performance will be based on results from customer sur veys on the same or similar projects. Provide past performance information at least 5 years, previous joint experience, ARNG/ANG for CE, army/air force and federal government. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items; 52,212-2 Eva luation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and C onditions Required to Implement Statutes or Executive Orders-Commercial I tems; and DFARs 252.212-7001 Contract Terms and Conditions Required to Implement Statutes and Orders Applicable to Defense Acquisitions of Commercial Items shall apply to this solicitation. Please submit with your quote a complete copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items. All quotes will be evaluated on price and deliverable. The Government will award a contract to the responsible offeror whose offer is conforming to the solicitation and will be most a dvantageous to the Government. The FAR clauses may be view at http://farsite.hill.af.mil. Contractors submitting quotes must be enrolled in the Central Contractor Registration Program (CCR). The closing date for this solicitation will be 24 March 2005, 12:00 PM Eastern Standard Time. Late quotes will not be accepted. Your request for complete performance work statement and quotes shall be submitted in writing to Beth Johnson via email beth.johnson@ngb.ang.af.mil. This notice does not obligate the Gove rnment to award a delivery order for the subject lines.
 
Place of Performance
Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
Country: US
 
Record
SN00772606-W 20050323/050321212104 (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.