Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
MODIFICATION

74 -- Missile Technical Order Support (MTOS) Services - Amendment 2

Notice Date
2/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8107-10-R-0001
 
Archive Date
3/20/2010
 
Point of Contact
Kyle M. Rust, Phone: 4056227265, Melissa J Richardson, Phone: 405-749-4148
 
E-Mail Address
kyle.rust@tinker.af.mil, melissa.richardson@tinker.af.mil
(kyle.rust@tinker.af.mil, melissa.richardson@tinker.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attch 8 - Questions & Answers (Revision: A, Dated 17 Feb 10) Attch 7 - Service Contract Act (SCA) Wage Determination (2005-2432) Attch 3 - Pricing Table (Revision: A, Dated 10 Feb 10) Attch 2 - Performance Work Statement (Revision: A, Dated 17 Feb 10) Attch 1 - Clause List (Revision: B, Dated 10 Feb 10) Combined Synopsis Solicitation for FA8107-10-R-0001 (1) Action Code: N/A (2) Date: 2/18/10 (3) Year: FY10 Requirement (4) Contracting Office Zip Code: 73145 (5) Classification Code: 7374 (6) Contracting Office Address: 3001 Staff Dr STE 2AJ 86A (7) Subject: Missile Technical Order Support (MTOS) Services (8) Proposed Solicitation/Amendment Number: FA8107-10-R-0001-0002 (9) Closing Response Date: 03/05/10 (10) Contact Point or Contracting Officer: Melissa J. Richardson (11) Contract Award and Solicitation Number: N/A (12) Contract Award Dollar Amount: N/A (13) Contract Line Item Number: Reference attached Pricing Table (14) Contract Award Date: TBD (15) Contractor: TBD (16) Description: (i) 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. (ii) The solicitation number for this acquisition is FA8107-10-R-0001 and the solicitation is issued as a Request for Proposal (RFP). The contract type is Firm-Fixed-Price (FFP) and contract method is Requirements. (iii) For the preparation, stocking, storing and issuing of Technical Orders (TOs) for the 498th Missile Sustainment Group (MSUS). Requires the technological expertise and necessary security to protect and handle the management of scientific and technical [classified and unclassified (controlled)] TOs to support the National Nuclear System's assets. This requirement includes all tasks directed within the attached Performance Work Statement (PWS). A sample of support requirements annotated within the PWS include resources, warehousing, shipping and facilities management, conversion and implementation support, subscriptions/publications, electronic media and TO changes/updates. Expertise in technical writing (MIL-Specs), editing, technical drawing, composition and quality assurance to accomplish a wide variety of technical data publishing efforts is also required. Tasks encompass all TO work for the Advance Cruise Missile (ACM), Air Launched Cruise Missile (ALCM), Bomber Weapon Integration Equipment (BWIE), and Conventional Air Launched Cruise Missile (CALCM) programs. The period of performance is from the date of Contract Award thru 30 Sep 14 (Base Period with four Option Years); as depicted below: Period of Performance Base Period: Date of Contract Award - 30 Sep 10 Option Year I: 1 Oct 10 - 30 Sep 11 Option Year II: 1 Oct 11 - 30 Sep 12 Option Year III: 1 Oct 12 - 30 Sep 13 Option Year IV: 1 Oct 13 - 30 Sep 14 (iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 (Effective 1 Feb 2010). (v) This acquisition is a 100% Small Business Set Aside. The appropriate North American Industry Classification System (NAICS) code is 518210 and the small business size standard is $25M. (vi) Reference the attached Pricing Table for the proposed line item schedule and estimated quantities. Offerors shall follow the instructions provided in the "Instructions" tab of the attached Pricing Table spreadsheet. (vii) Reference the attached Performance Work Statement (PWS) and Contract Data Requirement Lists (CDRLs) for description of services. (viii) Place of Contract Performance: Oklahoma City, Oklahoma. Reference the attached PWS for delivery and acceptance. (ix) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Reference the attached Clause List for full text of the Addendum to 52.212-1. (x) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Reference the attached Clause List for full text. (xi) The offeror shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xiii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Reference the attached Clause List for additional Federal Acquisition Regulation (FAR) clauses cited in clause 52.212-5. (xiv) The Defense Priorities and Allocations System (DPAS) rating is DO. (xv) Questions regarding this combined synopsis/solicitation shall no longer be acknowledged. (xvi) Amendment 0002 is hereby issued to remove the Material Support Division (MSD) requirement, issue Questions & Answers (Revision: A), post the applicable Service Contract Act (SCA) Wage Determination, and to address administrative updates within the applicable RFP attachments. Per 52.212-1, offerors shall address all solicitation amendments in its submission of offer. (xvii) The RFP response date has been extended. Offers are due Friday, March 5, 2010 by 12pm CST. Offers shall be emailed to Kyle M. Rust, Contract Specialist, (kyle.rust@tinker.af.mil) and Melissa J. Richardson, Procurement Contracting Officer (melissa.richardson@tinker.af.mil). LIST OF ATTACHMENTS Attch 1 - Clause List (Revision: B, Dated 10 Feb 10) Attch 2 - Performance Work Statement (Revision: A, Dated 17 Feb 10) Attch 3 - Pricing Table (Revision: A, Dated 10 Feb 10) Attch 4 - Contract Data Requirements Lists (Dated 8 Dec 09) Attch 5 - Performance Plan (Basic/Original, Dated 21 Jan 10) Attch 6 - DD Form 254 (Dated 29 Oct 09) Attch 7 - Service Contract Act (SCA) Wage Determination (2005-2432) Attch 8 - Questions & Answers (Revision: A, Dated 17 Feb 10)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8107-10-R-0001/listing.html)
 
Place of Performance
Address: Oklahoma City, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02067936-W 20100220/100218234537-002a4b6adca73695e0bbdf42916d79f5 (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.