Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
MODIFICATION

R -- AFTAC MAINTENANCE AND TECHNICAL SUPPORT (AMATS)

Notice Date
5/5/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 989), 1030 S. Highway A1A MS 1000, Patrick AFB, FL, 32925-3002
 
ZIP Code
32925-3002
 
Solicitation Number
FA2521-05-R-0026
 
Response Due
6/5/2005
 
Point of Contact
Sherri Richardson, Contracting Officer, Phone 4-5189, Fax 4-5403,
 
E-Mail Address
sherri.richardson@patrick.af.mil
 
Description
******************************************************************THE PURPOSE OF THIS MODIFICATION IS TO INFORM ALL PARTIES INTERESTED IN THE AMATS ACQUISITION THAT THE STATEMENT OF WORK (SOW) THAT WAS POSTED ON 3 MAY 05 WAS INCORRECT. AN UPDATED SOW HAS BEEN POSTED AS OF 5 MAY 05. THE RESPONSE DATE HAS BEEN EXTENDED TO 05 JUNE 05. I APOLOGIZE FOR ANY INCONVENIENCE THIS HAS CAUSED. ********************************************************************************THIS NOTICE REPLACES SOURCES SOUGHT SYNOPSIS SOLICITATION NUMBER F0865-03-AMATS. ALL FUTURE REFERENCE TO THE AMATS REQUIREMENT WILL BE ISSUED UNDER SOLICITATION NUMBER FA2521-05-R-0026. THIS IS A SYNOPSIS FOR A COMPETITIVE SERVICES ACQUISITION (REFERENCE FAR PART 37) AS REQUIRED BY FAR PART 5.2 ? THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. This requirement is considered noncommercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The scope of this work is as follows: The objective of AFTAC Maintenance and Technical Support (AMATS) is to augment AFTAC organizational organic technical capabilities, resources, and assets to include sustainment of Long Range Detection Program systems consisting of integrated networks dispersed worldwide and centrally monitored using several different phenomenology techniques. These systems are composed of imbedded commercial-off-the-shelf (COTS) components with non-commercial applications. Additional research and development of future systems, prototypes, integration, etc is required from conception through complete life cycle for proliferation detection technologies. AMATS shall provide maintenance, engineering and logistics capability to resolve complex or unusual technical problems encountered in the field or at the center with missions systems, infrastructure, and support systems, as well as provide operation and maintenance, sustainment, engineering, technical, logistic, and transportation services. The work is accomplished at Patrick Air Force Base, Florida and its many detachments, operation locations, and equipment locations worldwide. Secret security clearances are required for contractor employees and facilities. Portions of the work are classified up to Top Secret/SCI. Conflict of Interest (COI) rules apply which would prohibit participation in related acquisitions. An Indefinite Delivery, Indefinite Quantity (IDIQ) Contract with Time and Material (T & M) Contract Line Items (CLINs) will be awarded for a five year period. Task Orders will be utilized. The minimum guaranteed amount for the contract is $200,000.00. The maximum amount for the life of the contract is $10 million. NOTE: FUNDS ARE NOT PRESENTLY AVAILABLE TO MAKE PAYMENTS UNDER A CONTRACT. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, WHETHER BEFORE OR AFTER RFP CLOSING, WITH NO OBLIGATIONS TO THE OFFEROR BY THE GOVERNMENT. Solicitation No. FA2521-05-R-0026 is issued as a Request for Proposal (RFP). A Draft RFP will be available on or about 18 Mar 2005 with any comments due on or about 21 Mar 2005. Submit all comments to Sherri Richardson , e-mail sherri.richardson@patrick.af.mil The Final RFP will be issued on or about 24 Mar 2005 with the closing date on or about 25 April 2005. Anticipated award date is on or about 25 May 2005. These dates are an estimate, not actual, and the actual dates can be before or after the stated dates. It is advertised with a Standard Industrial Code (SIC) of 8711, business size of $23 million and a North American Industry Classification System (NAICS) code of 541330. This acquisition will be issued Unrestricted and if a Large Business, a Small Business Subcontracting Plan will be required. The RFP is available by electronic transmission only at http://www2.eps.gov/spg/ Fax, telephone, written or email requests for this solicitation package will not be honored. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (See Internet site: http://www.ccr.dlsc.dla.mil) It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet (1-800-333-0505). All responsible sources may submit a proposal and shall be considered for award. Award of this solicitation will be made utilizing the Price ? Performance Trade-Off (PPT) Techniques whereas both past performance and price will be evaluated and award may be made to other than the lowest price. For questions concerning this procurement contact Sherri Richardson at e-mail sherri.richardson@patrick.af.mil or call 321-494-5189.
 
Place of Performance
Address: PATRICK AFB, FLORIDA AND VARIOUS WORLDWIDE LOCATIONS
 
Record
SN00801646-W 20050507/050505211952 (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.