Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
MODIFICATION

L -- Seismic Station Mission Support (SSMS)

Notice Date
4/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KC, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-10-R-0030
 
Archive Date
5/28/2010
 
Point of Contact
Luis F Chaves, Phone: 3214941667, Patricia K Bosinger, Phone: 321-494-0998
 
E-Mail Address
luis.chaves@patrick.af.mil, pat.bosinger@patrick.af.mil
(luis.chaves@patrick.af.mil, pat.bosinger@patrick.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS IS A SYNOPSIS FOR A COMPETITIVE 8(a) CERTIFIED BUSINESS SET-ASIDE SERVICES ACQUISITION (REFERENCE FAR PART 19) AS REQUIRED BY FAR PART 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. This requirement is considered noncommercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The anticipated contract will be a firm-fixed-price (FFP) type contract. The requirement is for a one year based period, and four one year options contract for operation and maintenance (O&M) efforts. The requirement for this acquisition is to provide mission support to seismic stations located at Cambridge Bay, and Flin Flon in Canada; Ankara, Turkey; Pinedale, Wyoming; and a priced option to add Wonju, Korea at time of award or at a later date after award. The primary mission of these seismic stations is to maintain and sustain all equipment required to generate high quality seismic data 24 hours per day, seven (7) days per week in support of the AFTAC mission. EL 244 Flin Flon also operates and maintains one other piece of equipment and EL 489 Pinedale supports research and development (R&D) projects activities, facilities/ground management and logistics support, and operations and maintenance of the Pinedale seismic array. For the R&D activities the station is also referred to as the Pinedale Seismic Research Facility (PSRF). Personnel at EL 489, Pinedale Wyoming, must have a valid SECRET personnel security clearance based on a National Agency Check/Local Checks (NACLC). The contractor will be required to comply with: DOD 5220.22 National Industrial Security Program (NISPOM), all security procedures identified by DD Form 254, and associated security classification documents. The National American Industrial Classification Standard (NAICS) code for this procurement is 541519. The size standard for NAICS 541519 is $25M. The RFP will be available electronically on or about 13 May 2010 on this website only. It is the responsibility of the prospective offerors to monitor the FEDBIZOPPS web site (https://www.fbo.gov) for the solicitation and amendments. Fax, telephone, written or email requests for this solicitation package will not be honored. (NO HARD COPIES OF THE SOLICITATION AND/OR AMENDMENT WILL BE ISSUED FOR ANY REASON). Anticipated award date will be on or around 30 September 2010. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (See internet site: https://www.bpn.gov/ccr/default.aspx ). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-333-0505. All responsible firms may submit a proposal after issuance of the RFP and shall be considered for contract award. Proposals may be submitted via hard copy only. Award of this solicitation will be made utilizing the Price/Performance Trade-Off (PPT) Techniques whereas both past performance and price will be evaluated and award may be made to other than the lowest price. This synopsis does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. The Government will not otherwise pay for either the information solicited or any required travel expenses. AFFARS 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. If resolution cannot be made by the contracting officer, concerned parties may contact the AFISRA ombudsman, Mr. Brian Beaudine, AF ISR Agency, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091, 210-977-2453, FAX 210-977-3012, brian.beaudine@lackland.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-02-11 07:04:20">Feb 11, 2010 7:04 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-04-13 13:55:16">Apr 13, 2010 1:55 pm Track Changes THIS IS A SYNOPSIS FOR A COMPETITIVE 8(a) CERTIFIED BUSINESS SET-ASIDE SERVICES ACQUISITION (REFERENCE FAR PART 19) AS REQUIRED BY FAR PART 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. The RFP will be available electronically on or about 13 May 2010 on this website only. It is the responsibility of the prospective offerors to monitor the FEDBIZOPPS web site (https://www.fbo.gov) for the solicitation and amendments. Fax, telephone, written or email requests for this solicitation package will not be honored. (NO HARD COPIES OF THE SOLICITATION AND/OR AMENDMENT WILL BE ISSUED FOR ANY REASON)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ff912653689db8c5a534a883151ec9bb)
 
Place of Performance
Address: Patrick AFB, Florida, 32904, United States
Zip Code: 32904
 
Record
SN02120415-W 20100415/100413235009-ff912653689db8c5a534a883151ec9bb (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.