Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
DOCUMENT

99 -- Route Surveillance Site Survey - Atch 1 - Revised SOW - 18 Sep 08

Notice Date
9/18/2008
 
Notice Type
Atch 1 - Revised SOW - 18 Sep 08
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-08-T-0017
 
Archive Date
10/7/2008
 
Point of Contact
Phillip Nease,, Phone: 757-225-7699, Karen M Duncan,, Phone: 757-225-7763
 
E-Mail Address
phillip.nease@langley.af.mil, karen.duncan@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. It is the government's intention to award this requirement using FAR Part 13 procedures. This is a total small business set-aside procurement. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. Title/Description: Route Surveillance Site Survey for Minot Air Force Base, North Dakota and Whiteman Air Force Base, Missouri. The contractor shall physically survey both Minot and Whiteman Air Force Bases (AFBs) to determine the level of effort and costs associated with covering camera gaps along nuclear convoy routes and nuclear laden aircraft parking areas as stated in the Statement of Work at Attachment 1. Scope: The contractor shall conduct a comprehensive physical survey of both Minot and Whiteman AFBs in order to evaluate the current communications and electrical infrastructure required to support the installation of a video surveillance system. The proposed system shall provide complete video coverage of the primary and secondary convoy routes, the flight line area to include taxi-ways and gaps, and the mass parking areas used for the nuclear generation of aircraft. The survey report (including both locations) shall be completed and submitted to HQ ACC/A7SON within ten (10) business days of completing the surveys. The survey report shall at a minimum, include the detailed survey results, site design, a quote to install such a system at each location, a quote on maintenance contract support to such a system, and a milestone chart for completion of each system. The report shall also include an equipment listing detailing all of the items necessary for the installation and support of the system (including a breakout of the individual costs) at each location. The contractor will be given the option of which installation (Minot or Whiteman) he/she chooses to begin performance or may start the surveys simultaneously. This requirement is for the survey and related reports as noted in the SOW at Attachment 1. It is not for the installation itself. Evaluation Criteria: Lowest Price Technically Acceptable (LPTA): Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards. The following factors shall be used to evaluate offers: (a) Technical Capability; (b) Price Offerors must meet the technical capability criteria by having the ability to actually incur costs by initiating performance prior to 1 October, 2008. The Government will evaluate offerors technical capability as a "pass" or "fail" based on whether or not the offeror possesses the ability to actually incur costs by initiating performance prior to 1 October 2008. Any contractor who cannot begin performance by this stated time period will not be considered for award. Those offerors found to possess the ability to start performance prior to 1 October, 2008 shall then be evaluated on the price of their proposals. The Government reserves the right to cancel this solicitation, either before or after the closing date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=80b2d90bde7c98b517279838536b4a87&tab=core&_cview=1)
 
Document(s)
Atch 1 - Revised SOW - 18 Sep 08
 
File Name: Revised SOW on Surveillance Site Surveys (18 Sep 08) (Atch 1 -- SOW (Route Surveillance Site Survey - Minot & Whiteman - 18 Sep 08).doc)
Link: https://www.fbo.gov//utils/view?id=0bb40e755c496e4764c5952b67d13a38
Bytes: 43.00 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: Minot AFB, ND and Whiteman AFB, MO, United States
 
Record
SN01674858-W 20080920/080918222712-80b2d90bde7c98b517279838536b4a87 (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.