Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
MODIFICATION

R -- Project Management IDIQ - AMC

Notice Date
7/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
AMC-PM-IDIQ-RFI
 
Archive Date
4/28/2011
 
Point of Contact
Brittany R. Rohrer, Phone: 6182569992, Jennifer L. Gasparich, Phone: 618.256.9940
 
E-Mail Address
brittany.rohrer@us.af.mil, jennifer.gasparich@us.af.mil
(brittany.rohrer@us.af.mil, jennifer.gasparich@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The POC for this RFI has changed, please direct any questions/comments/interest to Brittany Rohrer, (618) 256-9992, brittany.rohrer@us.af.mil. Please note this RFI has NOT been re-opened. Only the POC has changed. THIS IS NOT A REQUEST FOR PROPOSAL. This notice is issued for informational and planning purposes. The Air Force will not pay for any information submitted or be responsible for any costs incurred by interested parties in responding to this notice. The Air Force is conducting market research in support of Air Mobility Command (AMC), and desires input from industry to assist in requirements planning. The information requested by this notice will be used within the Air Force to facilitate the decision making process and will not be disclosed outside of the agency. Air Mobility Command seeks to acquire the services of a contractor with the necessary expertise in project management and multi-disciplined engineering and management services including but not limited to: project management, quality assurance, process improvement, engineering services, document management, acquisition management, schedule management, and budget/financial services. A Draft Performance Work Statement (PWS) is attached which identifies the tasks which will be required under this proposed contract. For purposes of this notice the applicable North American Industry Classification System (NAICS) code is 541611, Administrative Management and General Management Consulting Services. Small business size standard is $7Million. If interested contractors cannot provide certain services or tasks, they are encouraged to respond with their capability to provide only a particular service. The contract duration is anticipated to be one year from the date of contract award with four (4) additional one-year options allowing the total period of performance for the contract to be extended up to five years. The contract is anticipated to have a maximum limit NTE $40Million for the life of the contract. The estimated starting date is October 2012. It is anticipated the contract will be a single award IDIQ and task orders will be firm fixed priced. This contract will contain a Non-Compete clause precluding the awardee from competing for any other AMC requirement. Work will be performed at Air Mobility Command locations including: McGuire-Dix Air Base, NJ, Travis AFB, CA, MacDill AFB, FL, Little Rock AFB, AR, Pope AFB, NC, McChord AFB, WA, Andrews AFB, MD, Dover AFB, DE, Charleston AFB, SC, Dyess AFB, TX, McConnell AFB, KS, Fairchild AFB, WA, Scott AFB, IL and Grand Forks AFB, ND. Request interested contractors submit a capability package to include the following information: 1. Company information: name, address, telephone number(s), fax number, points of contact. 2. Identification of businesses size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, service disabled veteran-owned small business, veteran-owned small business, woman-owned small business). Small business size standards are published by the U.S. Small Business Administration and may be found at www.sba.gov/content/table-small-business-size-standards. 3. Anticipated teaming arrangements (if applicable). 4. Commercial/industry perspective relating to the functions in the PWS in the following areas: a. Contract terms and conditions. b. Commercial standards, practices, and processes in areas such as metrics/measurements, quality control/assurance, phase-in/phase-out 5. Identify any major risks identified. 6. Comments relating to the draft PWS. 7. Capability and performance information in terms of contract references (similar to this requirement) to include the following: a. Contract number, agency/company supported, contacts information b. Performance as prime or subcontractor c. Brief description of the effort d. Period of performance, total contract value, and contract type e. NAICS code/small business size standard 8. Any other information deemed useful to the Air Force. Any questions must be submitted in writing by 4:00PM 13 April 2011. Answers will be posted on or about 27 April 2011. Submission Information: Submissions must be clear, concise and submitted by 2:00PM CST 20 April 2011 via e-mail to brittany.rohrer@us.af.mil. Please limit submissions to 10pages, size 10 or larger font.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/AMC-PM-IDIQ-RFI/listing.html)
 
Record
SN02490669-W 20110708/110706234914-bb17a56faf86a4903cf197faec716927 (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.