Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
MODIFICATION

R -- FA8601-06-R-0054, 88 CPTS/FM Budget Analyst

Notice Date
7/3/2006
 
Notice Type
Modification
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-R-0054
 
Response Due
7/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the acquisition of non-personal services to provide Junior Financial Budget Analyst support required for 88 CPTS/FM, a commercial service to be procured for Wright-Patterson Air Force Base, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is FA8601-06-R-0054, North American Industry Classification System (NAICS) code 541219, Standard Industrial Classification (SIC) code 8721 (size standard $7.5M). The closing date for this solicitation is 2:00 PM (EST) on 14 July 2006. Note that the purpose of this solicitation is NOT for consultant services. Be advised that solicitation FA8601-06-R-0054 replaces solicitation FA8601-06-R-0048. Any information provided by offerors on the prior solicitation FA8601-06-R-0048 will not be considered when evaluating proposals on solicitation FA8601-06-R-0054. Although the requirement is similar in nature to FA8601-06-R-0048, changes were made to the Performance Work Statement. Therefore, submittal of the all the requested material is necessary on solicitation FA8601-06-R-0054 to be considered. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. No hard copies will be sent. All interested parties must provide a proposal by the time specified above to the Government in order to be considered for award under this acquisition. The Government reserves the right not to make any award. Contract financing shall not be provided for this acquisition. This acquisition will be competed using a written Request for Proposal (RFP). This acquisition will utilize the Performance Price Trade-Off (PPT) technique to make a best value award decision where Technical and Past Performance combined is approximately equal to price. Under this approach, compliance with the mission capability requirements is evaluated for technical acceptability; therefore, mission capability requirements are not subject to tradeoffs. Tradeoffs may only occur between price/cost and past performance. In accordance with FAR 15.304 (e), technical and past performance combined is approximately equal to price. The technical, price, and past performance volumes will be evaluated separately. Proposed acquisition is 100% set aside for small business concerns. Small business link is http://sba.gov. Responding parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 541219, Standard Industrial Classification (SIC) code 8721 (size standard $7.5M). Businesses providing proposals shall identify and address if they are a large, small, 8(a), woman owned, Hub Zone, or otherwise classified as a small disadvantaged business in their responses. Proposal packages shall include all data and information requested and submitted in accordance with the instructions found under Instructions to Offeror attached to this solicitation. Offerors providing proposals shall comply with the Instructions to Offerors, FAR 52.212-1 and addendum thereto. Non-conformance with the instructions may result in an unfavorable proposal evaluation. All required elements of the Request for Proposal shall be submitted by the offeror with their proposal no later than 2:00pm (EST) on 14 July 2006. Note that past performance questionnaires are also due 14 July 2006. As per the submittal requirement in the Instructions to Offeror, faxed or emailed responses cannot be considered. Any offeror who submits an incomplete package may be considered non-responsive. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE PROPOSAL. All proposals submitted shall state they are valid for a period of no less than 120 days. The requirement is for Junior Financial Budget Analyst Support in accordance with the attached Performance Work Statement dated 26 June 2006. A Firm Fixed Price type contract is anticipated with five line items to include the base year plus 4 option years. Base Year Period of performance is 11 August 2006 ? 31 January 2007. Acquisition is also for 4 option years effective 1 February - 31 January as stated in the CLIN descriptions below. Offerors are advised that due to budgetary cuts within the Federal Government, some options may not be exercised. Therefore, the Government reserves the right not to exercise the option years. The quantity and unit of issue shall be shown as 1 Lump Sum for the base and the 4 option years and are listed as follows: CLIN 0001: Base Year: The contractor shall provide personnel for financial budget support in the areas of management, financial technical assistance, and special projects. Support includes technical assistance to support existing functional personnel in the reporting, analysis, documenting, and preparing of financial execution data as described in the Performance Work Statement dated 27 June 2006. Period of Performance: 11 August 2006 ? 31 January Unit of Issue = 1 Lump Sum CLIN 1001: Option Period I: The contractor shall provide personnel for financial budget support in the areas of management, financial technical assistance, and special projects. Support includes technical assistance to support existing functional personnel in the reporting, analysis, documenting, and preparing of financial execution data as described in the Performance Work Statement dated 27 June 2006. Period of Performance: 1 February 2007 ? 31 January 2008 Unit of Issue = 1 Lump Sum CLIN 2001: Option Period II: The contractor shall provide personnel for financial budget support in the areas of management, financial technical assistance, and special projects. Support includes technical assistance to support existing functional personnel in the reporting, analysis, documenting, and preparing of financial execution data as described in the Performance Work Statement dated 27 June 2006. Period of Performance: 1 February 2008 ? 31 January 2009. Unit of Issue = 1 Lump Sum CLIN 3001: Option Period III: The contractor shall provide personnel for financial budget support in the areas of management, financial technical assistance, and special projects. Support includes technical assistance to support existing functional personnel in the reporting, analysis, documenting, and preparing of financial execution data as described in the Performance Work Statement dated 27 June 2006. Period of Performance: 1 February 2009 ? 31 January 2010. Unit of Issue = 1 Lump Sum CLIN 4001: Option Period IV: The contractor shall provide personnel for financial budget support in the areas of management, financial technical assistance, and special projects. Support includes technical assistance to support existing functional personnel in the reporting, analysis, documenting, and preparing of financial execution data as described in the Performance Work Statement dated 27 June 2006. Period of Performance: 1 February 2010 ? 31 January 2011. Unit of Issue = 1 Lump Sum The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-10, Effective 28 Jun 2006 and Class Deviation 2005-o0001. NOTICE TO OFFERORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. The winning offeror shall complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Offerors shall be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423, Fax 1-703-696-0213. The website for CCR is http://www.ccr2000.com. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Complete proposal packages, including Price Proposal and Contract Data, Relevant Past and Present Performance, Mission/Technical Capability, Representations and Certifications, and Past Performance Questionnaires shall be submitted no later than 2:00pm (EST) on 14 July 2006 to Ms Jacque Davis, 88 CONS/PKB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. As per the Instructions to Offeror, faxed or email proposals are not acceptable. Direct all other inquiries to Ms Jacque Davis, (937) 522-4589, or via email at Jacqueline.Davis@wpafb.af.mil.
 
Place of Performance
Address: Wright-Patterson Air Force Base, Ohio
Zip Code: 45433
Country: USA
 
Record
SN01082267-W 20060705/060703220306 (fbodaily.com)
 
Source
FedBizOpps 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.