Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOURCES SOUGHT

R -- ACQUISITION CLOSEOUT SUPPORT SERVICES

Notice Date
7/16/2010
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL, Space Vehicles Directorate, Kirtland AFB, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
FA9453-11-R-0001
 
Point of Contact
Rita A. Varley, Phone: 505.846.4398
 
E-Mail Address
Rita.Varley@kirtland.af.mil
(Rita.Varley@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). NO SOLICITATION IS BEING ISSUED AT THIS TIME. THIS NOTICE SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT, NOR DOES IT RESTRICT THE GOVERNMENT TO A PARTICULAR ACQUISITION APPROACH. ANY INFORMATION PROVIDED TO THE GOVERNMENT AS A RESULT OF THIS SOURCES SOUGHT NOTICE IS VOLUNTARY. RESPONSES WILL NOT BE RETURNED. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES BY THE GOVERNMENT WILL ARISE AS A RESULT OF CONTRACTOR SUBMISSION OF RESPONSES OR THE GOVERNMENT'S USE OF SUCH INFORMATION. This Sources Sought Notice is for planning purposes only. The applicable NAICS code is 561110 with an associated small business size standard of $7,000,000 average annual receipts. Capable 8(a) sources are sought to provide acquisition closeout support services for the Air Force Research Laboratory (AFRL) Directed Energy and Space Vehicles Directorate. Services are required primarily at Phillips Research Site (PRS), Kirtland AFB NM. The anticipated period of performance is 01 Feb 2011 through 31 Jan 2012 plus 4 option years (if all options are exercised, performance would conclude 31 Jan 2016). The scope of this requirement is to provide all personnel, supervision, services, and other items necessary to perform Acquisition Closeout Support Services (ACSS) supporting a variety of complex, diversified research and development programs for Det 8 AFRL/PK at Kirtland AFB, NM. These services include those activities associated with closeout of contracts and assistance instruments. The contractor shall provide these professional support services to Det 8 AFRL/PK. The work performed shall be in accordance with all Government regulations and policies including the Federal Acquisition Regulation (FAR), the Defense Federal Acquisition Regulation (DFAR), Air Force Federal Acquisition Regulation (AFFAR), Air Force Materiel Command Federal Acquisition Regulation (AFMCFAR), DoD Grant and Agreement Regulations (DoDGARS) and other agency supplemental regulations as appropriate. The Government requires on-site performance (Kirtland Air Force Base NM). As such, base support shall be provided by the Government to the Contractor in accordance with AFMC FARS clause 5352.245-9004 "Base Support". All contractor personnel who require access to Government computer systems are required to obtain a National Agency Check (NAC) consistent with Public Trust Positions (Standard Form 85P or most current form). No foreign nationals are authorized to work on this effort. Personnel staffing for this requirement is a maximum of 2.5 contract man-year equivalent (CME). The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The Air Force is considering whether to set aside this Firm Fixed Price (FFP) acquisition for noncompetitive or competitive certified 8(a) concerns. If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and at least 50% of the cost of contract performance incurred for personnel will have to be expended for employees of the prime contractor. All interested 8(a) concerns are invited to submit a statement of capability and must address the following: 1. Demonstrated understanding of contract closeout function 2. Demonstrated knowledge of applicable regulations and policies 3. Transition plan 4. Management plan a. Identification of Key Personnel and Resumes* b. Recruit and retain qualified personnel 5. Evidence of successful performance within the past three (3) years of no more than five (5) contract efforts similar in magnitude and scope to the work described in this notice. Include information such as contract amounts, performance periods, and points of contact. 6. Description of prime contractor's risk mitigation for Organizational Conflicts of Interest (AFMC FARS clause 5352.209-9002 Alternate III) and Nondisclosure Agreements. 7. Documentation of current 8(a) eligibility such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov) All of the above must be submitted in sufficient detail, not to exceed ten (10) typed pages. Failure to submit all information requested will result in a contractor not being considered for this requirement. In addition to the 10-page limit, font shall be an easy to read font no smaller than 12 pitch or proportional font size 10 or larger. (*Resumes for key personnel are not included in the 10-page limit.) Character spacing must be "normal," not condensed in any manner. Pages shall be single-spaced, double-sided (each side counts as one page), 8.5 by 11 inches, with at least one-inch margins on all sides. In accordance with SBA regulations (13 CFR 126.607(b)), priority will be given to HUBZone 8(a) concerns. 8(a) concerns that meet the requirements described in this announcement are invited to submit their responses to the attention of Rita A. Varley, Contracting Officer (Rita.Varley@kirtland.af.mil). Responses should be in pdf format and sent via email. Please call Ms. Varley at (505) 846-4398 to confirm receipt. All information must be received before 2:00 PM MDT 13 August 2010 to be considered. If a solicitation for this requirement is issued, in order to receive a contract award, the successful offeror must be actively registered in Central Contractor Registration (CCR - http://www.ccr.gov), Online Representations and Certifications Application (ORCA - http://orca.bpn.gov), and Wide Area Workflow (WAWF - https://wawf.eb.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/FA9453-11-R-0001/listing.html)
 
Place of Performance
Address: 2251 Maxwell Ave SE, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02208074-W 20100718/100716234634-26c7d4450e6d89c45d4374f146b716ca (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.