Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

R -- On-Site Scientific Support

Notice Date
8/16/2010
 
Notice Type
Cancellation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-10-R-0045
 
Archive Date
8/30/2010
 
Point of Contact
Kim M Pattan, Phone: 321-494-5452, Susan A. Hanson, Phone: 321-494-1668
 
E-Mail Address
kim.pattan@patrick.af.mil, susan.hanson@patrick.af.mil
(kim.pattan@patrick.af.mil, susan.hanson@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis for a competitive services acquisition (Reference FAR Part 37) 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 Air Force Intelligence, Surveillance and Reconnaissance Agency (AF ISRA) has been tasked to solicit for and award a project for On-Site Scientific Support (OS³). This requirement is considered noncommercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The OS³ contract is an Advisory and Assistance Services (A&AS) type, to provide support to the mission of the Directorate of Materials Technology. This acquisition is to provide on-site scientific and technical support of the modeling and simulation and the atmospheric sciences programs. Performance is in Bldg 989, Patrick AFB, Florida. In order to successfully perform the required services, the contractor must be able to meet the following requirements: 1. Provide expert technical personnel to support the solving of special problems in the fields of mathematics and statistics, meteorology, chemical engineering, and environmental chemistry. 2. Company must have a TOP SECRET facility clearance. Contractors working on this project at the government facility must have a TOP SECRET Single Scope Background Investigation and a current DCID 6/4 date. Level of safeguard is SECRET, personnel working at contractor's facility can have a SECRET clearance. Visitor Group Security Agreement is required. US Citizenship is required. An Indefinite Delivery Indefinite Quantity (IDIQ) contract will be awarded for four year ordering period. Task Orders will be utilized. The minimum value is $70K. The maximum value is $250K. Anticipated ceiling value is $2.5M. GOVERNMENT FURNISHED PROPERTY (GFP): No GFP will be provided; however, office space, workstations, access to printer, copier, other office equipment, telephones, and computers, etc. will be provided. This acquisition will be conducted on an unrestricted basis, without set-aside. (Large businesses will be required to submit a Small Business Plan). The applicable North American Industry classification System (NAICS) code is 541690 and the size standard is $7 million. The RFP will be available electronically on or about 26 Aug 10 on the FedBizOpps website only. Fax, telephone, written or email requests for the solicitation package will not be honored. Anticipated award date will be on or around December 2010. A Firm-Fixed-Price (FFP) contract is anticipated with Cost reimbursement CLIN for Travel and Not Separately Priced (NSP) CLINs will be used for data. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see http://www.ccr.gov). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-234-3867. 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. 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 AF ISR Agency ombudsmen, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-2453, fax: 210-977-3012, e-mail: veriona.solis@lackland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21eebd3f32b90ce24b47e66b2672341b)
 
Place of Performance
Address: 1030 South Highway A1A, Bldg 989, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02242321-W 20100818/100816235440-21eebd3f32b90ce24b47e66b2672341b (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.