Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOURCES SOUGHT

R -- Technical Acquisition Support Services (TASS)

Notice Date
5/12/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
Reference-Number-FA8802-05-PKR1
 
Response Due
3/31/2006
 
Archive Date
4/15/2006
 
Description
The Space and Missile Systems Center (SMC)/Specialized Contracts Office (PKR) invites prospective contractors to review the Request for Quotes FA8802-05-PKR1. It is the intent of SMC/PKR to issue additional (refreshment) TASS Blanket Purchase Agreements to support the purchase of Technical/Management Advisory and Assistance Services by the issuance of delivery orders against GSA Federal Supply Schedule (FSS) Professional Engineering Services (PES) 871 Multiple Award Schedule contracts. The NAICS code for this action is 541710, para 11c which defines a small business as 1,000 employees. SMC/PKR recommends that contractors form teaming relationships for this effort. In order to obtain a TASS BPA, a contractor must be determined qualified in accordance with the evaluation criteria provided and must have a GSA FSS 871, PES FSS. In order to be a qualified team member, a contractor must have a GSA Federal Supply Schedule Contract. The TASS requirement is for the acquisition of services and support covering the following 6 core competencies and their associated sub elements: 1) Systems Engineering and Integration (Requirements Analysis, Modeling and Simulation, Systems Safety and Environmental Impact, and Test and Evaluation); 2) Management Services (Configuration and Data Management and Management Service); 3) Specialty Acquisition Support (Manufacturing and Producibility, Quality Assurance, Reliability and Maintainability (R&M), Electromagnetic Interference/Compatibility (EMI/EMC), and Facilities and Ground Support); 4) Integrated Logistics Support (ILS) (ILS Performance Planning, Packaging, Handling, Storage, and Transportation (PHS&T), and Continuous Acquisition and Life Cycle Support (CALS)); 5) Computer Resources and Software (Computer Resources and Software Engineering and Office Automation); and 6) Acquisition Security (Acquisition Security Support, Space System(s) Protection Program Support, Systems Security Engineering (SSE), and Acquisition Security Training, Orientations, and Conferences). TASS Delivery Orders for Management Services, competency number 2 will be set-aside for small business participation only. The ordering period under these BPAs is anticipated to be thru 30 Sep 06 with resulting delivery order period of performance up to 30 Sep 2008. The Government reserves the right not to extend or to cancel BPAs in which the contractor fails to perform in accordance with the BPA or the Delivery Order, or in which the contractor has not received Delivery Orders. To prevent conflicting roles, which may bias the contractor's judgment or objectivity, and to preclude the contractor from obtaining an unfair competitive advantage in concurrent or future acquisitions, the contractor will be required to accept an Organizational Conflict of Interest clause in the BPA. In order to be eligible for award of a delivery order, additional Organizational Conflict of Interest restrictions may be imposed by the Government. Additionally, the BPA will contain an Organizational Conflict of Interest clause. The contractor must possess, or be able to obtain, an Industrial Facility Clearance of Top Secret at the time of award. Personnel supporting activities under these BPAs must be US citizens and have a minimum of a secret security clearance. There may be delivery order competitions where the successful offeror must have personnel with Top Secret clearances. The place of performance will occur at SMC, its Detachments, facility of other selected users or the contractor?s facility. Contractors must use the SMC/AXC website, https://ax.losangeles.af.mil/axc to obtain a copy of the RFQ and its associated attachments. Please mail your response to SMC/PKR, ATTN: Missy Mitchell, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659. No more than one proposal will be accepted from a contractor during any six-month period.
 
Record
SN00806047-W 20050514/050512212138 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.