Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOLICITATION NOTICE

R -- CE Mission Support - PWS

Notice Date
2/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-11-Q-S046
 
Archive Date
3/5/2011
 
Point of Contact
Krystal S. Glasper, Phone: 3184561104, Tracey Crockett, Phone: 3184561102
 
E-Mail Address
krystal.glasper@barksdale.af.mil, tracey.crockett@barksdale.af.mil
(krystal.glasper@barksdale.af.mil, tracey.crockett@barksdale.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CE Mission Support PWS Barksdale Air Force Base has the need for the following positions according to the attached Performance Work Statement to include travel and overhead costs associated with the positions: 1 ea Command Energy Manager located within AFGSC/A7A Asset Management Division 1 ea EOD Functional Manager located within AFGSC/A7X Readiness Division 1 ea Strategic Planning Management Analyst located within AFGSC/A7A Asset Management Division Evaluation Criteria 1. The 2 CES and QAPs will participate in the proposal review process and participate in the evaluation of the bids. Based on our mission areas, the evaluation should focus on the following criteria in order of priority. Proposals are limited to maximum 30 pages. a. Past Performance: 20% All proposals shall be submitted as a resume and based on past performance. The resumes shall contain three references from recent (within 24 months) experience with points of contact (name, telephone, email if available). Focus should be on experience in Air Force and DOD engineering services; Air Force level processes and policies and plans. b. Technical Approach: 30% Proposal shall contain a description of the technical skill sets being provided to show how the contractor can meet the following mission areas: Strategic Planning Management Analyst, EOD Functional Manager, and Energy Program Manager. c. Management Approach: 10% Proposals shall contain a milestone chart with how the company will phase in the employees; ensure ability to start work (clearances). The milestone chart shall contain dates and numbers/names of personnel involved in the phase-in. Managerial approach shall contain a section on how the company will maintain a full and experienced workforce in all mission areas identified. Proposal must contain (for those areas in which contain technical skills) a proposal on how they plan to keep employees current as technology advances. Proposal must contain resumes of current and/or proposed employees and security clearance hold. No less than SECRET will be accepted. d. Cost/Pricing: 40% This proposal shall contain a supported price breakout and include any day rate, shift rate, night differential rate, overtime rates, on-call rate and travel burden. For estimating purposes, only system administrator personnel are subject to shift or on-call rates. They will normally work day-shift duty hours, unless crisis or contingency arise or they are scheduled to support a shift schedule during a specific tasker. All contractors are normal duty days. Travel burden spread across all areas to support meetings and conferences. Please note that the Contractor must have a current facility clearance capable of providing personnel with a SECRET clearance. Start date is negotiable. Please contact Krystal Glasper, Contract Specialist, by phone at 318.456.1104 or by email at krystal.glasper@barksdale.af.mil with any questions. Attached Documents: PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/25ce9d5da68cdc77376293cef0b84c21)
 
Place of Performance
Address: AFGSC CE, 841 Fairchild Ave, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN02375234-W 20110210/110209060108-25ce9d5da68cdc77376293cef0b84c21 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.