Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

D -- Domestic Incident Operation Support (DOMINO)

Notice Date
1/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238, UNITED STATES
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-07-R-0007
 
Response Due
2/5/2007
 
Point of Contact
Jaini King, Contract Specialist, Phone (321) 494-8629, Fax (321) 494-5403, - Charlotte Luisi, Contracting Officer, Phone 321-494-4556, Fax 321-494-5403,
 
E-Mail Address
jaini.king@patrick.af.mil, charlotte.luisi@patrick.af.mil
 
Description
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 (1 Jun 07 - 31 May 2012). The anticipated contract will be a cost plus fixed fee (CPFF) type contract over a period of 5 years. The scope of this work is as follows: To provide A&AS support in establishing the AFTAC Domestic Incident Operations program (DOMINO). DOMINO's objectives are to develop the contingency plans and maintain the necessary communications to respond to a domestic nuclear event. This support will also require assisting with developing teaming arrangements and agreements with key personnel from specific laboratories and other governmental agencies. DESCRIPTION: For the actual performance of this contract, offerors must possess a final Top Secret Single Scope Background Investigation date, be a United States citizen, and meet the requirements of Director of Central Intelligence Directive 6/4. The selected contractor must possess the appropriate clearance and access on day one of contract performance to obtain access to the following: a) Restricted Data, b) Critical Nuclear Weapons Design Information c) Formerly Restricted Data, d) Sensitive Compartmented Information (SCI) and Collateral Intelligence Information, e) Non-SCI, f) For Official Use Only Information. Must be able to: a) Generate classified material, fabricate, modify, or store classified hardware, b) be authorized to use of the Defense Courier Services. GOVERNMENT PROPERTY/GOVERNMENT EQUIPMENT: Successful offeror will be provided office space, workstations for 3 people, computer equipment and time, telephone, reproduction facilities; standard operationing procedures, applicable regulations, manuals, texts, briefs and other material associated with the project. Program management and administrative support will be accomplished at the contractor?s facility. REQUIRMENTS: Solicitation No. FA2521-07-R-0007 will be issued electronically at www.fbo.gov as a Request for Proposal (RFP). It is anticipated that the RFP will be available on or about 15 Feb 07. The date is an estimate, not actual, and the actual date may vary. It is advertised with a North American Industry Classification System (NAICS) code of 518210, size standard of $23M. The acquisition will be conducted on an unrestricted basis, without set-aside and if a Large Business, a Small Business Subcontracting Plan will be required. The RFP will be available electronically on this web-site only. Fax, telephone, written or email requests for this solicitation package will not be honored. (NO HARD COPIES OF THE SOLICITATION WILL BE ISSUED FOR ANY REASON). Potential contractors must be registered in the Central Contractor Registry to be eligible for award (See internet site: http://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. Proposals may be submitted via hard copy, fax to (321) 494-5403, or email. 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. Anticipated award date will be on or around 23 May 2007. This date is an estimate, not actual, and the actual date may vary. AFFARS 5352.201-9101, Ombudsman is applicable. POINT OF CONTACT: Jaini King, Contract Specialist, 1030 South Highway A1A, MS 1000, Patrick AFB, Florida 32925-3002, Phone: (321) 494-8629, Fax (321) 494-5403, E-mail: jaini.king@patrick.af.mil; or Charlotte luisi, Contracting Officer, Phone: (321) 494-4556, Fax (321) 494-5403, E-mail charlotte.luisi@patrick.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JAN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-FEB-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-07-R-0007/listing.html)
 
Place of Performance
Address: 1030 South Highway A1A, MS 1000, Patrick AFB, Florida
Zip Code: 32925-3002
Country: UNITED STATES
 
Record
SN01237344-F 20070224/070222223134 (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.