Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
DOCUMENT

R -- Technical and Acquisition Management Support (TAMS 4) - TAMS 3 Contracts, Contract Modifications, Sample Task Order SOWs and Listing of TAMS 3 Archived Data on FBO

Notice Date
5/20/2008
 
Notice Type
TAMS 3 Contracts, Contract Modifications, Sample Task Order SOWs and Listing of TAMS 3 Archived Data on FBO
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
TAMS4RFI
 
Point of Contact
Mary H Steinmetz,, Phone: (850)882-2925, Dana E Sillars,, Phone: (850)882-2897
 
E-Mail Address
mary.steinmetz@eglin.af.mil, dana.sillars@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
The Support Services Management Office (AAC/ENRS), Air Armament Center (AAC), Eglin AFB Florida is interested in receiving information relating to a potential Advisory and Assistance Services (A&AS) program to provide a variety of non-engineering technical and acquisition management disciplines for the Air Armament Center (AAC) at Eglin AFB, AAC-associated organizations at other locations, and other organizations located at Eglin AFB. The program would be the follow-on to the current Technical and Acquisition Management Support (TAMS) 3 program. The AAC develops, tests, acquires and sustains integrated air armament and provides expeditionary combat support needed to defend the United States and its interests. Functional areas are anticipated to include: program management; test and evaluation management; environmental management; budget analysis; cost analysis; program analysis; logistics management; information technology; acquisition security; and administrative support. The TAMS 3 Statement of Work (SOW) is being posted on FedBizOpps with the release of this notice to provide information concerning the general scope of the program. A new Performance Work Statement (PWS) will be developed as part of the acquisition strategy for the follow-on program. Additionally, the following TAMS 3 documents are also being posted on FedBizOpps as attachments: the awarded contracts, contract modifications (see modification P00001 for the TAMS 3 conformed SOW) and sample task orders. The TAMS 3 procurement notices/attachments are archived on FedBizOpps under FA9200-05-R-0002 which includes the TAMS 3 Request for Proposal (RFP). A detailed listing of these archived documents is also posted on FedBizOpps as an Attachment to this notice. Requests for additional TAMS historical documentation can be sent directly to AAC/ENRS for a determination of releasibility on FedBizOpps. The current TAMS 3 program consists of multiple award (two small business set-asides: a competitive Section 8(a) set-aside and a competitive small business set-aside), cost-plus-award-fee, indefinite-delivery/indefinite-quantity (ID/IQ), 5-year contracts with miscellaneous cost reimbursable line items such as travel and other direct costs, within the requirements of North American Industry Classification System (NAICS) 541712 (size standard of 1,000 people). The current TAMS 3 program, with an approximate annual total value of $30M, is scheduled to conclude 31 Jul 2010. Sources identified through this announcement are invited to provide input into the acquisition strategy, including development of the source selection evaluation criteria and planned award fee criteria. Sources responding to this Request for Information (RFI) should provide information concerning company capabilities and small business classification status and category. Additionally, sources should identify additional information required to enable them to better determine their interest in supporting this A&AS requirement; recommendations concerning contract type, contract clauses, and other aspects of the acquisition strategy; and anything else that would help in defining an efficient and effective acquisition program. Sources responding to this RFI may be invited to participate directly in the development of acquisition strategy alternatives, including contract type and special clauses, and eventually the development of a Request for Proposal (RFP), potentially including development of the source selection evaluation criteria. Once an acquisition strategy has been selected and approved, a draft RFP will be incrementally posted on FedBizOpps prior to the release of the formal RFP. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is for planning purposes only and shall not be construed as a RFP or as an obligation on the part of the Government to acquire any products or services. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Although ‘Proposal' and ‘Source' are used in this RFI, your response will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this contemplated effort. The information you provide may be utilized by the Air Force in developing its acquisition strategy. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Interested firms are requested to submit information outlining their capabilities and their acquisition recommendations/strategies as requested above within 30 days of the date of the RFI announcement. Sources responding should state their business size status based on NAICS code 541712 (size standard 1000 people) and whether they are interested as a prime or subcontractor. Replies to this RFI should be sent to Ms Mary Steinmetz, Contract Specialist, AAC/ENRS (PKE), 102 West D Avenue, Suite 160, Bldg 11, Eglin AFB, FL 32542-6808, Phone (850)882-2925, email mary.steinmetz@eglin.af.mil. Additional technical information may be obtained from Mr. Bruce Melusen, AAC/ENRS, 102 West D Avenue, Suite 160, Bldg 11, Eglin AFB, FL 32542-6807, Phone (850)883-3539, bruce.melusen2@eglin.af.mil. See government-wide Numbered Note 26.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f55b19cc2597187a3c48970acf10ee1&tab=core&_cview=1)
 
Document(s)
TAMS 3 Contracts, Contract Modifications, Sample Task Order SOWs and Listing of TAMS 3 Archived Data on FBO
 
File Name: Attachment 2 to contracts FA9200-05-C-0002 and FA9200-05-C-0003 (identical for both contracts except for contract number). (Attachment 2 - DD254.pdf)
Link: https://www.fbo.gov//utils/view?id=6589fada60b6b94bdeefe270a8080777
Bytes: 798.77 Kb
 
File Name: Attachment 5 to contracts FA9200-05-C-0002 and FA9200-05-C-0003 (identical for both contracts except for contract number). (FA9200-05-R-0002 Attach 5 Wage Determination.pdf)
Link: https://www.fbo.gov//utils/view?id=cfcddff2336f3c5d9d43bffe1d071b04
Bytes: 514.00 Kb
 
File Name: Contract FA9200-05-C-0003 with all Attachments except for Exhibit A, Atch 2 and Atch 5 which are provided separately. (05-C-0003.pdf)
Link: https://www.fbo.gov//utils/view?id=10af97847c5bd7deb0b12b3e5072bf9d
Bytes: 2,569.00 Kb
 
File Name: Contract FA9200-05-C0002 with all Attachments except for Exhibit A, Atch 2 and Atch 5 which ae provided separately. (05-C-0002.pdf)
Link: https://www.fbo.gov//utils/view?id=b682644416d21963c94da9728bf52f93
Bytes: 2,579.52 Kb
 
File Name: Exhibit A to contracts FA9200-05-C-0002 and FA9200-05-C-0003 (identical for both contracts except for contract number). (Exhibit A and Interpretation.pdf)
Link: https://www.fbo.gov//utils/view?id=229c6f1de2dd6cb8a6c0386e3139a010
Bytes: 591.41 Kb
 
File Name: FA9200-05-C-0002 Modification P00001 (FA9200-05-C-0002 P00001.pdf)
Link: https://www.fbo.gov//utils/view?id=2655f8ecb0e9418549fbe7f3431081ee
Bytes: 1,848.98 Kb
 
File Name: FA9200-05-C-0002 P00002 (FA9200-05-C-0002 P00002.pdf)
Link: https://www.fbo.gov//utils/view?id=d12e30511718b95980795da89b40121f
Bytes: 108.48 Kb
 
File Name: FA9200-05-C-0002 P00002 SF30 Corrected (FA9200-05-C-0002 P00002 SF30 corrected.pdf)
Link: https://www.fbo.gov//utils/view?id=43cbba00f312a83630a7f2b71dc95d24
Bytes: 89.63 Kb
 
File Name: FA9200-05-C-0002 P00003 (FA9200-05-C-0002 P00003.pdf)
Link: https://www.fbo.gov//utils/view?id=f7b3fe3b8b8e00905e90279e1cc3de10
Bytes: 1,365.40 Kb
 
File Name: FA9200-05-C-0002 P00004 (FA9200-05-C-0002 P00004.pdf)
Link: https://www.fbo.gov//utils/view?id=8658580c773039a1b7b3df6468a074bc
Bytes: 255.19 Kb
 
File Name: FA9200-05-C-0002 P00005 (FA9200-05-C-0002 P00005.pdf)
Link: https://www.fbo.gov//utils/view?id=78f365b5bf441582356976d731d4405a
Bytes: 496.35 Kb
 
File Name: FA9200-05-C-0002 P00006 (FA9200-05-C-0002 P00006 (3).pdf)
Link: https://www.fbo.gov//utils/view?id=cad15829a4bdc892b0de9097dbb5d63e
Bytes: 726.37 Kb
 
File Name: FA9200-05-C-0002 P00007 (FA9200-05-C-0002 P00007.pdf)
Link: https://www.fbo.gov//utils/view?id=2afdf161c0c9b0a63aba2f7246d14b15
Bytes: 102.37 Kb
 
File Name: FA9200-05-C-0002 P00008 (FA9200-05-C-0002 P00008.pdf)
Link: https://www.fbo.gov//utils/view?id=a5e713005739f1068ce9889f005eeecd
Bytes: 625.18 Kb
 
File Name: FA9200-05-C-0002 P00009 (FA9200-05-C-0002 P00009.pdf)
Link: https://www.fbo.gov//utils/view?id=76f5cfe4a1958310f4ef6d1700189f1f
Bytes: 121.45 Kb
 
File Name: FA9200-05-C-0002 P00010 (FA9200-05-C-0002 P00010.pdf)
Link: https://www.fbo.gov//utils/view?id=d2a3ca6b2e43e682c93a8ff55159dd92
Bytes: 128.39 Kb
 
File Name: FA9200-05-C-0002 P00011 (FA9200-05-C-0002 P00011.pdf)
Link: https://www.fbo.gov//utils/view?id=9e957b60c76a34726e5f621042c3f58c
Bytes: 569.87 Kb
 
File Name: FA9200-05-C-0002 P00012 (FA9200-05-C-0002 P00012.pdf)
Link: https://www.fbo.gov//utils/view?id=8bc1599343422935b209f22a29ba7199
Bytes: 122.26 Kb
 
File Name: FA9200-05-C-0002 P00013 (FA9200-05-C-0002 P00013.pdf)
Link: https://www.fbo.gov//utils/view?id=f565fbaa428443c0801da7d6868e6ff7
Bytes: 70.79 Kb
 
File Name: FA9200-05-C-0002 P00014 (FA9200-05-C-0002 P00014.pdf)
Link: https://www.fbo.gov//utils/view?id=76cbd23455aedfa4fc2ea700e087d669
Bytes: 133.52 Kb
 
File Name: FA9200-05-C-0002 P00015 (FA9200-05-C-0002 P00015.pdf)
Link: https://www.fbo.gov//utils/view?id=71f354d0ba835b01d97b0c9556d12919
Bytes: 134.68 Kb
 
File Name: FA9200-05-C-0003 P00002 (FA9200-05-C-0003 P00002.pdf)
Link: https://www.fbo.gov//utils/view?id=3585b5339d26e4b6107507cdcb78cfa9
Bytes: 107.49 Kb
 
File Name: FA9200-05-C-0003 P00002 SF30 Corrected (FA9200-05-C-0003 P00002 SF30 Corrected.pdf)
Link: https://www.fbo.gov//utils/view?id=bd6a8047103bdbbb501303d687cfee35
Bytes: 90.96 Kb
 
File Name: FA9200-05-C-0003 P00003 (FA9200-05-C-0003 P00003.pdf)
Link: https://www.fbo.gov//utils/view?id=2440c8f771853929b4b8799b2c32f594
Bytes: 1,380.20 Kb
 
File Name: FA9200-05-C-0003 P00004 (FA9200-05-C-0003 P00004.pdf)
Link: https://www.fbo.gov//utils/view?id=bb227153e96895c5e0304a1bc6c8ff41
Bytes: 253.97 Kb
 
File Name: FA9200-05-C-0003 P00005 (FA9200-05-C-0003 P00005.pdf)
Link: https://www.fbo.gov//utils/view?id=ec493b6d07c6bdcf80d5629e907fce8f
Bytes: 644.86 Kb
 
File Name: FA9200-05-C-0003 P00006 (FA9200-05-C-0003 P00006.pdf)
Link: https://www.fbo.gov//utils/view?id=abd6228303b141c68de41a3c761ec4f6
Bytes: 702.53 Kb
 
File Name: FA9200-05-C-0003 P00007 (FA9200-05-C-0003 P00007.pdf)
Link: https://www.fbo.gov//utils/view?id=d563ff838d6e5fa6d5be369b17842f5d
Bytes: 102.34 Kb
 
File Name: FA9200-05-C-0003 P00008 (FA9200-05-C-0003 P00008.pdf)
Link: https://www.fbo.gov//utils/view?id=2d9010f977f5a8e52502bd993c61d524
Bytes: 728.91 Kb
 
File Name: FA9200-05-C-0003 P00009 (FA9200-05-C-0003 P00009.pdf)
Link: https://www.fbo.gov//utils/view?id=df3e05129cefa18efd30482500a9be60
Bytes: 121.65 Kb
 
File Name: FA9200-05-C-0003 P00010 (FA9200-05-C-0003 P00010.pdf)
Link: https://www.fbo.gov//utils/view?id=252e9d985947a4163725c36aaf6eda14
Bytes: 968.37 Kb
 
File Name: FA9200-05-C-0003 P00011 (FA9200-05-C-0003 P00011.pdf)
Link: https://www.fbo.gov//utils/view?id=617f443f33b6bc9197eb99ab9f753c79
Bytes: 112.74 Kb
 
File Name: FA9200-05-C-0003 P00012 (FA9200-05-C-0003 P00012.pdf)
Link: https://www.fbo.gov//utils/view?id=b7652c179ad3daa0b334abaade42013c
Bytes: 154.92 Kb
 
File Name: FA9200-05-C-0003 P00013 (FA9200-05-C-0003 P00013.pdf)
Link: https://www.fbo.gov//utils/view?id=991bbc80f81dc489f978a8fb2d8fd598
Bytes: 505.81 Kb
 
File Name: FA9200-05-C-0003 P00014 (FA9200-05-C-0003 P00014.pdf)
Link: https://www.fbo.gov//utils/view?id=4c069d022507c8e7c7944fd4af5e2550
Bytes: 164.51 Kb
 
File Name: FA9200-05-C-0003 P00015 (FA9200-05-C-0003 P00015.pdf)
Link: https://www.fbo.gov//utils/view?id=d219772daefc12a09118fdaf3b3e9fd7
Bytes: 124.29 Kb
 
File Name: FA9200-05-C-0003 P00016 (FA9200-05-C-0003 P00016.pdf)
Link: https://www.fbo.gov//utils/view?id=b0a97c3784c4629c0d3f19823f5a31cc
Bytes: 70.99 Kb
 
File Name: FA9200-05-C-0003 P00017 (FA9200-05-C-0003 P00017.pdf)
Link: https://www.fbo.gov//utils/view?id=8f3055523775ba2853d47589b32c8f6e
Bytes: 132.39 Kb
 
File Name: TAMS 3 Task Order 2001 - SOW (-2001, Mod 5.pdf)
Link: https://www.fbo.gov//utils/view?id=406d471577b5b6c0842b3fc5092a8955
Bytes: 1,110.70 Kb
 
File Name: TAMS 3 Task Order 2002 - SOW (-2002.pdf)
Link: https://www.fbo.gov//utils/view?id=ee86095781e21b548248e41f65cedac5
Bytes: 1,274.59 Kb
 
File Name: TAMS 3 Task Order 2003 - SOW (-2003, Mod 2.pdf)
Link: https://www.fbo.gov//utils/view?id=eb499426a8ef4364000c85548367dbf3
Bytes: 750.25 Kb
 
File Name: TAMS 3 Task Order 2006 - SOW (, Mod 1.pdf)
Link: https://www.fbo.gov//utils/view?id=88daaf125aa04d09d1764fe4c833f946
Bytes: 954.52 Kb
 
File Name: TAMS 3 Task Order 2007 - SOW (-2007, Mod 2.pdf)
Link: https://www.fbo.gov//utils/view?id=65870f7604a95b2abb7af2470ff9f546
Bytes: 1,476.28 Kb
 
File Name: TAMS 3 Task Order 3003 - SOW (-3003, Mod 5.pdf)
Link: https://www.fbo.gov//utils/view?id=5ea03f7cbd2ca8a51180325eaba8c89e
Bytes: 1,601.42 Kb
 
File Name: TAMS 3 Task Order 3005 - SOW (-3005.pdf)
Link: https://www.fbo.gov//utils/view?id=71fa7376d2a36dc239b4a43e5226668e
Bytes: 711.37 Kb
 
File Name: TAMS 3 Task Order 3006 - SOW (-3006, Mod 8.pdf)
Link: https://www.fbo.gov//utils/view?id=18036301557186ea97ef4387560b13c7
Bytes: 1,326.95 Kb
 
File Name: TAMS 3 Task Order 3008 - SOW (-3008, Mod 3.pdf)
Link: https://www.fbo.gov//utils/view?id=f06fb1b4d3a769a96d767a4a015b9690
Bytes: 1,117.88 Kb
 
File Name: TAMS 3 Task Order 3009 - SOW (-3009, Mod 4.pdf)
Link: https://www.fbo.gov//utils/view?id=debda9b0d9b4561a5432eb0889d0f8d5
Bytes: 2,026.76 Kb
 
File Name: TAMS 3 Task Order SOW - 3001 (-3001, Mod 5.pdf)
Link: https://www.fbo.gov//utils/view?id=7d14c2e0829c2aaeffff096a73b10aee
Bytes: 2,430.14 Kb
 
File Name: FA9200-05-C-0003 P00001 (FA9200-05-C-0003 P00001.pdf)
Link: https://www.fbo.gov//utils/view?id=69056758fdf8ee5f48980ba6a77add25
Bytes: 1,892.79 Kb
 
File Name: Listing of TAMS 3 Archived Data on FBO (TAMS 3 Documents on FBO.pdf)
Link: https://www.fbo.gov//utils/view?id=5c9b1dc4cd07b97b665c71d3b9169643
Bytes: 1,220.36 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: Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/ENRS (PKE), 102 West D Avenue, Suite 160, Eglin AFB, Florida, 32542-6808, United States
Zip Code: 32542-6808
 
Record
SN01576860-W 20080522/080520221614-2f55b19cc2597187a3c48970acf10ee1 (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.