Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2007 FBO #2032
SOLICITATION NOTICE

R -- Materials Technology Support

Notice Date
6/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, VIRGINIA CONTRACTING ACTIVITY, 1030 S HIGHWAY A1A BLDG 989 MS-1000, Patrick AFB, FL, 32925-3002, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2521-07-R-0017
 
Description
DESCRIPTION: This is a synopsis for a competitives 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 work is as follows: To provide services, support, and be capable of handling Top Secret data in support of programmatic functions. To accomplish these goals, expertise is needed in the following areas: (1) biological, nuclear, and chemical consultation support services to provide expertise to technical forums and technical expertise in the management of any current and future laboratories and functions; (2) operation and management of laboratory functions to support the sponsor laboratory facility functions to include the ordering and inventory of equipment, reagents, maintenance and laboratory supplies; (3) support services for the mobile support facility (MSF) to include field test deployment to include driving (CDL requirement), training, facilitating logistics, and procurement of the requirement equipment and supplies; (4) technical services in the following disciplines: (a) specialized laboratory equipment design and analysis; (b) chemical engineering and related disciplines; (c) inorganic, organic, analytical, physical, and biological chemistry; and (d) molecular biology and immunology and; (e) mechanical engineering and related disciplines and; (5) conduct administrative tasks relevant to project management to include, but not limited to, facilitating government project officers with coordination of acquisition requirement packages, reviewing deliverables, and tracking cost schedule status. SECURITY REQUIREMENT: Successful offeror will be required to have a top-secret facility clearance, and their personnel will require clearance at the top-secret level with a favorable DCID (Director Central Intelligence Directives) 6/4 eligibility determination and valid date for immediate access to SCI (sensitive compartmented information) material. GOVERNMENT-FURNISHED PROPERTY (GFP): No GFP will be provided; however office space, workstation, access to printer, copier, other office equipment, telephones, and computers, etc. will be be provided. This acquisition will be conducted on an unrestricted basis, without set-aside. (Large businessess will be required to submit a Small Business Plan.) The applicable NAICS code is 541990 and the size standard is $6.5M. The RFP will be available electronically on this website only. Fax, telephone, written or email requests for the solicitation package will not be honored. Contract award is anticipated for October 2007. A firm-fixed price (FFP) contract is anticipated with cost reimbursement line items for travel. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see 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 firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. Proposals may be submitted via hard copy or fax to (321) 494-5403. 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. This synopsis does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. The Government will not otherwise pay for either the information solicited or any required travel expenses. The clause at Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman, is applicable to this request. In accordance with AFFARS 5301.9103, the first sentence of clause 5352.201-9101 paragraph (c) is tailored to read: If resolution cannot be made by the contracting officer, concerned parties may contact the Air Force Space Command ombudsmen, [HQ AFSPC/A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX 719-554-5299, a7k.wf@afspc.af.mil
 
Place of Performance
Address: Patrick AFB,FL
Zip Code: 32925
Country: UNITED STATES
 
Record
SN01321576-W 20070620/070618220815 (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.