Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

10 -- Advisory and Assistance Services for Special Operations Forces Aircraft Gun Systems Flight and Foreign Military Sales Requirements at Robins AFB, Georgia.

Notice Date
3/23/2010
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8520-10-R-22568
 
Point of Contact
Howard C George, Phone: (478) 222-1898, John W Middlebrooks, Phone: (478) 327-4341
 
E-Mail Address
howard.george@robins.af.mil, john.middlebrooks2@robins.af.mil
(howard.george@robins.af.mil, john.middlebrooks2@robins.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DESCRIPTION: This is a notice of intent that WR-ALC anticipates issuing a contract for the purchase of Advisory & Assistance Service (A&AS) contractor support for the Special Operations Forces (SOF) Aircraft Gun Systems Flight and Foreign Military Sales (FMS) supporting the Advanced Medium Range Air to Air Missile (AMRAAM), Tactical Missiles Technical Coordination Group (TMTCG), and Missiles and Weapons International Flights. This will be a five year (one year basic and four one year options), Indefinite Delivery Indefinite Quantity, Firm Fixed Price contract for the 575th Combat Sustainment Squadron (CBSG), WR-ALC, Robins Air Force Base, Georgia. These customer requirements include the areas of administration, logistics, item management, technical and technical writer, engineering, program management, configuration management, budgeting, financial management, information technology and maintenance, database and information management support and Demilitarization process services for the 575 th CBSS (Hereinafter referred to as SOF/FMS Flights)--via a highly qualified staff with the necessary education, knowledge, and/or expertise to successfully perform a wide range of administrative, financial, technical, logistical, and engineering services including, but not limited to, research, development, acquisition, contract administration, program management and sustainment, logistics analyses, and quality assurance. Contract support shall be for SOF gun systems used on the AC-130H/U, CV-22, and H-1 aircraft; future SOF requirements and FMS support in the areas of AMRAAM, TMTCG, and the Missile and Weapons International Flight whose combined systems and support include but are not limited to the AGM-88 High Speed Anti-Radiation Missiles (HARM) Program; the AIM-7 Sparrow Missiles Program; the AIM-9 Sidewinder Missiles Programs; the AIM-120 AMRAAM Missiles Program; the ADM-160B Miniature Air-Launched Decoy (MALD) Program; the BQM-34A and MQM-107E Aerial Targets; launchers, support equipment, aircraft guns and bomb rack/release systems used on F-15, F-16, and F-5 aircraft. These systems include all relevant missiles, launchers, test sets, common field-level support and handling equipment, telemetry units, test, handling, and programming/re-programming units, containers and handling equipment. Contract support shall also provide support to the Reliability Asset Monitoring (RAM) System and the Tactical Munitions Reporting System (TMRS) in the areas of systems engineering, design engineering, data/configuration management, software support, deficiency analysis, product assurance, and test support for the research, development, production and maintenance of the Air Superiority Missiles and Precision Guided Munitions. Contractor should be capable of providing sufficient personnel with k nowledge and experience in various disciplines and functions related to program office operations including advisement on program/project management, engineering management and financial/business management. This notice of intent is a request for proposal. All proposals received within 45 days after date of publication of this synopsis will be considered by the government. All potential offers should contact the Buyer/PCO identified below for additional information and/or to communicate concerns, if any, concerning this acquisition. Solicitation will be available for viewing or downloading at WWW.fedbizopps.gov only. No telephone request. NO HARD COPIES WILL BE ISSUED. This acquisition is restricted to (8(a)Set Aside)competitive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8520-10-R-22568/listing.html)
 
Place of Performance
Address: 575th CBSS, Warner Robins Air Logistics Center, Robins AFB, Georgia., Warner Robins, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02099969-W 20100325/100323235519-94870caa7ca6562d4ee8e9e9903d2068 (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.