Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
DOCUMENT

R -- Indirect Fire Forward Air Controller Trainer (I-FACT) Certification & Accredidation RFQ - Statement of Work

Notice Date
4/21/2008
 
Notice Type
Statement of Work
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AIR ARMAMENT CENTER, 205 WEST D AVE STE 433, BLDG 350, EGLIN AFB, Florida, 32542-6887, United States
 
ZIP Code
32542-6887
 
Solicitation Number
F2QF378008A001
 
Point of Contact
Michelle K Zubiate,, Phone: 757-225-5804, Kimberly Burt,, Phone: 757-225-6050
 
E-Mail Address
michelle.zubiate@langley.af.mil, kimberly.burt@langley.af.mil
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18, (30 Jun 07) All responsible sources may submit a quotation which shall be considered. 1. Objective: ACC/A3YC manages all ASOC, TACP and JTAC training system operational requirements. The objective is to support ACC/A3YC in completing type and site certification and accreditation of the Indirect-Fire Forward Air Controller Trainer (I-FACT) and ASOCs to operate on the Distributed Mission Operations Network (DMON) and Air Reserve Component Network (ARCNet). It will also support PACAF, USAFE, AFSOC and ANG requirements. This includes completing all DOD required documentation for designated approval authority (DAA) signature. This also requires the submittal of the System Identification Profile, (SIP), DIACAP Implementation Plan (DIP), C&A artifacts to include the System Security Authorization Agreement, and the submittal for an Authority to Operate or an Interim Authority to Operate (IATO). Funding will be provided by each MAJCOM for its units. Contractors must have had experience in the DIACAP process to include C&A of military training systems for operation on DMON or ARCNet training networks. The attached Statement of Work identifies the locations for each certification. 2. Delivery: 30 Days from Date of Award 3. EVALUATION: The requirement will be evaluated based on past performance and price. The following provisions and Clauses are applicable: a. 52.212-1 Instructions to Offerors - Commercial b. 52.212-2 Evaluation - Commercial Items (a)-evaluation will be based on past performance and price c. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions - Commercial Items e. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses cited within 52.212-5 are applicable to this acquisition: 14, 15, 16, 17, 23, 31 f. 252.232-7003 Electronic Submission of Payment Requests g. 252.246-7000 Material Inspection and Receiving Report 4. Commercial Warranty applies: Please identify any additional warranty information 5. GSA or Open Market Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule) Quotes will be accepted via email only. Email michelle.zubiate@langley.af.mil NLT 5 May 08, 2:00 PM Standard Eastern time. Questions regarding this RFQ can be directed to Capt Michelle Zubiate at (757) 225-5804. Recommend that you call to verify receipt of quotes.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1bed1e72685fa1d3a09989f8101a2521&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: IFACTS Statement of Work (PWS_IFACT _ASOC CAv3.docx)
Link: https://www.fbo.gov//utils/view?id=3ffac534ddda7effb484ac2f1d61ebf9
Bytes: 32.63 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Ft Lewis, WA, Ft Hood, TX, Ft Riley, KS, Ft Carson, CO, Pope AFB, NC, Ft Stewart, GA, Ft Benning, GA Ft Campbell, KY, Ft Drum, NY, Shaw AFB, SC, Ft Polk, LA, Wiesbaden, GE, Aviano IT, Vilseck GE, Manheim GE, Wheeler AAF, HI, Wainwight AK, ASOS ROK, Pope AFB, NC Mchord AFB, WA, Hurlburt Field, FL, STS Louisville, KY, Kadena AFB, JA, RAF Mildenhall, GB, Terrahault, IN, Camp Murray, WA, Badin NC, Alexandria, LA, Boise ID, Harrisburg, PA, Brunswick, GA, Peoria, IL, Meridian, MS, and Syracuse, NY, Langley AFB, Virginia, 23606, United States
Zip Code: 23606
 
Record
SN01558004-W 20080423/080421215221-1bed1e72685fa1d3a09989f8101a2521 (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.