Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
MODIFICATION

17 -- Atlantic Strike (SUAS) - Performance Work Statement (PWS)

Notice Date
3/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ ACC, 130 Douglas St., Suite 210, Langley AFB, Virginia, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
F2QF419345A001
 
Point of Contact
Karis M. Williams, Phone: 7572257708, Rebecca Little, Phone: 757-764-4961
 
E-Mail Address
karis.williams@langley.af.mil, rebecca.little@langley.af.mil
(karis.williams@langley.af.mil, rebecca.little@langley.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Please use this Final Pricing Format when submitting your offer. This is anticipated to be the Final PWS. COMBINED SYNOPSIS/SOLICITATION Surrogate Unmanned Aerial System (SUAS) Exercise Support to Air Force Air Combat Command (ACC/A3J) Atlantic Strike 15 April 2010 through 14 April 2011 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. This announcement constitutes the only solicitation for this requirement; as a result proposals are being requested. A DD Form 254 will be issued to the successful offeror with contract award. The U.S. Air Force's Air Combat Command, with headquarters at Langley AFB, VA is the primary provider of air combat forces to America's Unified Combatant Commands. ACC operates fighter, bomber, reconnaissance, battle-management, rescue and theater airlift aircraft, as well as command, control, communications and intelligence systems. ACC provides forces for the five geographical, unified commands - U.S. Central Command, U.S. Southern Command, U.S. European Command, U.S. Pacific Command, and U.S. Northern Command including air defense forces for the North American Aerospace Defense Command. As a force provider, ACC organizes, trains, equips, and maintains combat-ready forces for rapid deployment and employment while ensuring strategic air defense forces are ready to meet the challenges of peace and wartime air sovereignty and air defense missions. ACC prepares combat air forces to globally implement national policy by sponsoring the ATLANTIC STRIKE (AS) Exercise Program. AS is designed to provide realistic training in the conduct of the counter-land close battle for combat Aircrews, Joint Terminal Air Controllers, Intelligence, and Air Support Operations Squadron personnel. AS is conducted at Avon Park Air-Ground Training Complex, Avon Park, FL. The goal of AS is to train participants to effectively integrate Close Air Support across a broad spectrum of activity with special emphasis on digitally-aided voice and data transfer technology. Description of requirements for the items to be acquired: Successful offeror shall maintain the SUAS that has sensor, voice and data communication capabilities having sufficient fidelity to "mimic" those provided by the Predator system to provide a training capability for Command and Control (C2) units, aircrews, and ground parties. Review attached Performance Work Statement. This requirement is a Service-Disabled Veteran-Owned Small Business Set Aside. The NAICS code for this acquisition is 541519 (Other Computer-Related Services). This is a Firm Fixed Price Contract. Section 1: Price (Not to exceed 3 pages. Page size 8.5 x 11). If the lowest priced offeror is determined to be technically acceptable, no further evaluation will be made on other offers received for this procurement. If the lowest priced offeror is not determined to be technically acceptable, the Government will evaluate the next lowest priced offeror until a technically acceptable offer is identified. Price analysis techniques may include a comparison of proposed prices received in response to the solicitation, comparison with other contract prices for similar services, and/or a comparison of proposed prices with the independent government cost estimate. Price will be evaluated on the total overall price and reasonableness. A combination of evaluation techniques will be accomplished IAW FAR 15.404-1(b). The Government will evaluate proposed prices to determine whether prices reflect a clear understanding of the requirements, and are consistent with the various elements of the offeror's technical proposal. Section 2: Technical Capability (Not to exceed 20 pages. Page size 8.5 x 11). The offeror must meet or exceed ALL technical evaluation factors to be determined technically acceptable. Technical capability will be assessed based on the following information provided by the offerors: a. Offeror must submit a realistic proposal indicating the operation of the Surrogate Unmanned Aerial System (SUAS) and the supporting Exercise. The proposal submitted by the offeror must demonstrate a logical and effective approach for this requirement. b. Offeror must submit their plan for operation at Avon Park Air-Ground Training Complex, Avon Park, FL in accordance with Attachment 1, Performance Work Statement. Addendum to 52.212-1 -- Instructions to Offerors -- Commercial Items. The contractor shall provide a technical proposal showing how they intend to address the specific requirements required by the Performance Work Statement (PWS). Technical Proposal: The technical proposal shall describe what type of manned fix-winged aircraft they intend to use (Reference PWS Para 2.4 - 2.5.2) The technical proposal shall describe the Electro Optical and Infrared Sensors performance criteria (Reference PWS Para 2.5.2 - 2.5.2.7) The technical proposal shall describe the Video Display Standard capability (Reference PWS Para 2.5.3 - 2.5.3.15) The technical proposal shall include proof of insurability requirement (Reference PWS Para 2.4.1) Key Personnel: The proposal shall include resumes that support key personnel's ability to perform the Ground and Flight task requirements (Reference PWS Para 4.1 - 4.2). The proposal shall include credentials to address PWS requirements of commercial pilot's license, instrument rating, flight time minimum (Reference PWS Para 4.1.1). Section 3: Past Performance. Offeror shall submit up to a total of three (3) past performance contract references on contracts considered most relevant in demonstrating the ability to perform this effort. This information is required on the offeror, subcontractors, teaming partners, and/or joint venture partners proposed to perform at least 25 percent of the total effort based on the total proposed price, or those that will perform aspects of the effort the offeror considers critical to performing the contract. References must include the company name, contract number, point of contact, valid contact address and phone number, and a brief synopsis of the contract requirement. Past Performance will be used only as part of the Responsibility Determination - it is NOT an evaluation factor, and will not be taken into consideration in determining technical acceptability. It is to be used after the potential winning bidder has been chosen based upon the Lowest Price technically acceptable criteria. As part of the Responsibility Determination, past performance will be evaluated IAW FAR 9.1. In addition to the references provided by each offeror, past performance information may be obtained through Government contractor performance record systems. 52.212-2, Evaluation of Offers--Commercial Items: The contractor shall provide a technical proposal showing how they intend to address the specific requirements required by the Performance Work Statement (PWS). Technical Proposal: The technical proposal shall describe what type of manned fix-winged aircraft they intend to use (Reference PWS Para 2.4 - 2.5.2). The technical proposal shall describe the Electro Optical and Infrared Sensors performance criteria (Reference PWS Para 2.5.2 - 2.5.2.7). The technical proposal shall describe the Video Display Standard capability (Reference PWS Para 2.5.3 - 2.5.3.15). The technical proposal shall include proof of insurability requirement (Reference PWS Para 2.4.1). Key Personnel: The Contractor will furnish a list of qualifications to support the Ground Personnel requirement. The Contractor will ensure personnel used to support the contract will meet or exceed the qualification summary presented in the proposal (Reference PWS Para 4.1 - 4.2). The proposal shall include credentials to address PWS requirements of commercial pilot's license, instrument rating, flight time minimum (Reference PWS Para 4.1.1). Award will be made on the basis of the lowest priced, technically acceptable offeror. The offeror must meet or exceed ALL technical evaluation factors to be determined technically acceptable. If the lowest priced offeror is determined to be technically acceptable, no further evaluation will be made on other offers received for this procurement. If the lowest priced offeror is not determined to be technically acceptable, the Government will evaluate the next lowest priced offeror until a technically acceptable offer is identified. The Government does intend to make award without discussions but reserves the right to hold discussions if determined in the best interest of the Government. Evaluation Factors for award of this requirement are Price and technical capability. 52.202-1 Definitions. 52.203-5 Covenant Against Contingent Fees. 52.203-7 Anti-Kickback procedures 52.212-3, All offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. If this is not included with the offer, the offeror may be considered unresponsive. If current Reps and Certs are posted in ORCA, this requirement will be considered met. 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following clauses contained within 52.212-5 will apply to this acquisition: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this Reference PWS paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). X (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] X (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. X (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (13) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). X (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). X_ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). X (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (26) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (27)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (32) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (40) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). X (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this Reference PWS paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). X (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this Reference PWS paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in Reference PWS paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this Reference PWS paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). X Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). X (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with Reference PWS paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with Reference PWS paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.216-1 Type of Contract 52.216-24 Limitation of Government Liability. 52.216-25 Contract Definitization. 52.219-21 Small Business Size Representation for Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. 52.223-13 Certification of Toxic Chemical Release Reporting. 52.223-14 Toxic Chemical Release Reporting. 52.225-13 Restrictions on Certain Foreign Purchases. 52.227-15 Representation of Limited Rights Data and Restricted Computer Software. 52.227-23 Rights to Proposal Data (Technical). 52.228-5 Insurance-Work on a Government Installation. 52.232-1 Payments. 52.233-2 Service of Protest. 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.243-7 Notification of Changes. 52.244-6 Subcontracts for Commercial Items. 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). 52.249-2 Termination for Convenience of the Government (Fixed-Price). 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.204-7004, Alternate A, Central Contractor Registration 252.212-7000, Offeror Representations and Certifications-Commercial Items AFFARS 5352.201-9101, Ombudsman. The Ombudsman for this acquisition is Mr. Eric Thaxton, 129 Andrews St., Suite 136, Langley AFB, 23665-2769, phone number: 757-764-5371, email address: eric.thaxton@langley.af.mil The Government will evaluate offers for award purposes by adding the total price for all Contract Line Items (CLINs), including options to the total price for the basic requirement (See Attachment 2 Pricing Format). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The period of performance is 15 April 2010 - 14 April 2011, with two 12- month options. The contractor will provide one individual to attend two (2) two (2) - day planning conferences. The place of performance will be at Avon Park, FL. Interested parties should review the combined synopsis/solicitation and Performance Work Statement (PWS) posted on FedBizOps. Offers are due to this office by 22 March 2010/ 10:00 AM EST. Late proposal will not be considered for award purposes. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. The applicable NAICS code is 541519 and the Size Standard is 25 Mil. Issuance of the award of this contract is in accordance with FAR Parts: 6.206, 19.202-1, 19.1401, 19.1403, 19.1405. All questions regarding this requirement must be addressed to Karis Williams at karis.williams@langley.af.mil or (757) 225-7708. Alternate Point of Contact: Capt Rebecca Little at rebecca.little@langley.af.mil or (757) 764-4961. All questions regarding this requirement must be submitted to Karis Williams no later than 2:00 Pm EST on 18 March 2010. All questions will be answered as received and posted on FedBizOps for all interested offerors to view. All offers are due no later than Monday, 22 March 2010, 10:00am EST. All offers must be submitted via email: The following list of attachments applies to this requirement: Attachment 1 Performance Work Statement Attachment 2 Pricing Format
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/HQACC/F2QF419345A001/listing.html)
 
Place of Performance
Address: Avon Park Air-Ground Training Complex, Avon Park, FL, Avon Park, Florida, United States
 
Record
SN02095204-W 20100319/100317235221-b964472cefa361257828b4026da1f8c6 (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.