Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2010 FBO #3239
MODIFICATION

R -- Consolidated Acquisition of Professional Services II (CAPS II) Sources Sought Synopsis - Interested Parties Lists

Notice Date
10/5/2010
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
1790 10th St., Bldg. 572Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
PIXS6441
 
Response Due
3/17/2010
 
Archive Date
4/4/2011
 
Point of Contact
Jonathan C. Taliani, Phone: 9376564427
 
E-Mail Address
jonathan.taliani@wpafb.af.mil
(jonathan.taliani@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
List of companies expressing interest in being a subcontractor. List of companies expressing interest in being a prime contractor. *** UPDATE 12 APR 10 *** Note: This is the same effort referenced on FedBizOpps # FA8622-09-D-5999-0100 and PIXS6441. This notice is a follow-on sources sought synopsis to FBO # PIXS6441 posted on 23 Feb 10. No solicitation is being issued at this time; while a formal solicitation may be issued at a later date, this notice does not commit the government to ultimately award a contract. All substantive portions of the 23 Feb 10 sources sought synopsis are incorporated by reference. The purpose of this follow-on sources sought synopsis is to clarify FAR 52.219-14, "Limitations on Subcontracting." Small businesses are advised that FAR 52.219-14, "Limitations on Subcontracting," applies, wherein "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." It is the intention of the government to pursue the standard FAR clause language, wherein the small business prime contractor must intend to perform and demonstrate the capability to perform at least 50 percent of the entire scope of work described in the draft Performance Work Statement. Companies that responded to the 23 Feb 10 sources sought synopsis, please respond with your company name and confirm your interest in acting as a prime contractor or subcontractor, considering ability to comply with FAR 52.219-14. It is not necessary to resubmit any other information unless there has been a change. Companies that did not respond to the previous sources sought synopsis, please respond with all of the information listed below. Responses to this synopsis shall include the following information: 1. State your interest in performing in the capacity of the prime contractor or as a subcontractor. 2. State your company's business size and status (including but not limited to: small business, small disadvantaged business, veteran-owned small business, service disabled veteran-owned small business, women-owned small business, historically under-utilized business zone (HUBZone) small business) in conjunction with NAICS code 541712, size standard of 1,500 employees. 3. State your company's CAGE code as listed in the Central Contractor Registry (CCR), and a point of contact (POC) name, telephone number, and e-mail address. Do not mark your information "company proprietary" or with any other type of restriction. Any information submitted will become the property of the Government. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. Responses shall be made via e-mail to jonathan.taliani@wpafb.af.mil with carbon copies to alexander.slate@wpafb.af.mil, robert.johnson4@wpafb.af.mil, and laura.bushong@wpafb.af.mil. All pertinent information will be available for viewing at FedBizOpps (FBO), http://www.fbo.gov. It is incumbent upon the interested parties to review this site frequently for updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, "Central Contractor Registration," lack of registration in CCR, available at https://www.bpn.gov/ccr/default.aspx, will make an offeror ineligible for contract award. Additionally, in accordance with FAR 52.204-8, "Annual Representations and Certifications," offerors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Please provide responses by 19 April 2010. Any questions shall be addressed via e-mail to jonathan.taliani@wpafb.af.mil. *** UPDATE 05 MAY 10 *** We are not presently holding any one-on-one meetings with industry. The next industry day is tentatively scheduled for 28 July 10. Information regarding format, location, time, etc. is not presently available. This information will be posted via a modification to this posting as it becomes available. *** UPDATE 23 JUNE 10 *** The next industry day will not be on 28 July 10. We are currently working on finalizing the scedule and hope to post details within the next week. *** UPDATE 1 JULY 10 *** Please see the "Pre-Solicitation Conference Notice" attachment for details on the next industry day. *** UPDATE 20 JULY 10 *** The Pre-Solicitation Conference scheduled for 10-11 August 2010 is postponed. The rescheduled date is not presently available but will be posted via a modification once determined. We apologize for any inconvenience this creates. *** UPDATE 26 AUGUST 10 *** Please see the "Pre-Solicitation Conference Notice" attachment for details on the next industry day scheduled for 14 September 2010. *** UPDATE 20 SEPTEMBER 10 *** Due to the volume of questions, answers from the Pre-Solicitation Conference will not be posted on 21 September 2010. This information will be posted as soon as it is available. *** UPDATE 5 OCTOBER 10 *** Comments to the draft RFP sections posted on 24 September are requested by 15 October 2010. Comments are welcome and will be accepted after this date, however, feedback in advance of 15 October 2010 is strongly preferred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/PIXS6441/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force BaseDayton, OH
Zip Code: 45433
 
Record
SN02305898-W 20101007/101005234144-a888427ffe0ecdf8c2e2e7c92317f120 (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.