Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

D -- Communication Operation and Maintenance Function A-76 at Scott AFB IL

Notice Date
1/17/2008
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62225-5022, UNITED STATES
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-08-R-0006
 
Point of Contact
Evelyn Bauer, Supervisory Contract Specialist, Phone (618)256-4234, Fax (618)256-5724, - Jennifer Gasparich, Contract Specialist, Phone 618-256-9940, Fax 618-256-5724
 
E-Mail Address
Evelyn.Bauer2@scott.af.mil, jennifer.gasparich@scott.af.mil
 
Description
The Air Force Air Mobility Command (AMC) will issue solicitation Request of Proposal (RFP) FA4452-08-R-0006 on or about 1 Feb 2008, as an Office of Management and Budget Circular No. A-76 (Revised) Standard Competition for support of the AMC Communication Operation and Maintenance function at Scott AFB IL. FAR clause 52.207-1, Notice of Standard Competition and FAR clause 52.207-3, Right of First Refusal apply to this acquisition. The service provider shall provide all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary to accomplish Level I and Level II Operations and Maintenance (O&M) of Configuration Management (CM), Systems Administration (SA), Help Desk, Database Administration (DBA), and Virtual Private Network (VPN) support to the 375 Communications Support Squadron (CSPTS), Scott AFB IL. Level I O & M consists of conducting system monitoring, basic problem identification, initial troubleshooting, system resets, system backups, and acting as a liaison between customer and applicable Control Centers (e.g. Network Control Center). Level II O & M consists of conducting in-depth troubleshooting and fault isolation, providing technical expertise on all systems, conducting minor repair and maintenance to preinstalled hardware/software and peripherals, performing user account maintenance, minor software upgrade and patches, auditing of system logs, and system metrics gathering/analysis. The term minor refers to any repairs or upgrades not requiring engineering support. Travel to other CONUS/OCONUS locations to support hardware and software upgrades is required. The acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 15.101-2, Lowest Price, Technically Acceptable Source Selection Process. The contract type for resultant contract will be Firm-Fixed-Price. If the performance decision favors a private sector offeror, a contract will be awarded. If the performance decision favors an agency tender, the Contracting Officer will establish a Letter of Obligation as defined in the Office of Management and Budget Circular No. A-76 (Revised), Performance of Commercial Activities, dated May 29, 2003. A pre-proposal conference is tentatively scheduled for 11 Feb 2008 at the Base Theater Scott AFB, IL, for the purpose of answering questions regarding this solicitation. Start time is planned for 8:30AM. The formal announcement of this Standard Competition was posted to Federal Business Opportunity website 21 February 2007. A sources sought notice, including the draft PWS, was posted to Federal Business Opportunity website on 16 May 2007 (Reference-Number-CSS-05-16-2007-Scott-2). The PWS was also posted to Federal Business Opportunity website on 24 September 2007 (Reference-Number-CSS-09-24-2007). The Contract Manpower Equivalent (CME) estimate provided in the Competitive Sourcing Decision Package (CSDP) has been updated to 15 CMEs/$2,263,353 based on Performance Work Statement refinement and removal of functional help desk requirements. CME incumbent contractors are Computer Sciences Corp, Dynamic Process Solutions, Inc, NCI Information Systems Inc, and Northrop Grumman Defense Mission Systems. CSDP Parts 2 and 3 are available for release to interested parties by specific request. Requests should be submitted to jennifer.gasparich@scott.af.mil Solicitation FA4452-08-R-0006 will be unrestricted full and open competition. The North American Industry Classification System (NAICS) code to be used for this procurement is: 541512, Computer System Design Services with a size standard of $23M. The RFP and subsequent contract will include FAR clauses 52.212-3, Offeror Representations and Certification-Commercial Items, FAR 52.219-8, Utilization of Small Business Concerns and FAR 52.219-9, Small Business Subcontracting Plan. Large business offerors will be required to submit either an approved master subcontracting plan or a subcontracting plan meeting FAR requirements. The small business subcontracting goal for this acquisition is 22% of the total contract value. The FedBizOpps and SBA's Sub-Net Web site (http://web.sba.gov/subnet/) provides a means to post business arrangement opportunities (?The use of Sub-Net fulfills the function set forth in Federal Acquisition Regulation (FAR) 5.206, Notice of Subcontracting Opportunities, for contractors and subcontractors to post notices and thereby increase competition for subcontracts). The period of performance is as follows: Phase-in: 1 Sep 2008 through 28 Feb 2009 Basic Period: 1 Mar 2009 through 30 Sep 2009 Option Period 1: 1 Oct 2009 through 30 Sep 2010 Option Period 2: 1 Oct 2010 through 30 Sep 2011 Option Period 3: 1 Oct 2011 through 30 Sep 2012 Option Period 4: 1 Oct 2012 through 30 Sep 2013 Option Period 5: 1 Oct 2013 through 28 Feb 2014 Total performance is 66 months including Phase in Period. The anticipated award date is 15 August 2008. All questions must be directed to Ms. Jennifer Gasparich at 618-256-9940 or jennifer.gasparich@scott.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-FEB-2008, 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/AMC/AMCLGCF/FA4452-08-R-0006/listing.html)
 
Place of Performance
Address: Scott Air Force Base, IL
Zip Code: 62225
Country: UNITED STATES
 
Record
SN01508469-F 20080215/080213230820 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.