Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
SOLICITATION NOTICE

R -- Logistics Integration Support in Research and Development (LISRD) - RFP

Notice Date
8/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9300-11-R-0005
 
Point of Contact
Janice A. Laurenti, Phone: 6612779601, Aimee L Buckless, Phone: 661-277-8454
 
E-Mail Address
janice.laurenti@edwards.af.mil, aimee.buckless@edwards.af.mil
(janice.laurenti@edwards.af.mil, aimee.buckless@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP - Logistics Inegration Support in Research and Development (LISRD) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), in accordance with FAR Parts 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and DFARs Publication Notice (DPN) 20110725 and AFAC 2011-0714. A written solicitation is being used to facilitate proposal preparation and evaluation. The written solicitation must be downloaded from www.fbo.gov. No hard copies will be issued. On the page where the solicitation is posted is a link to a registration page if you would like to receive notices of amendments and/or addenda that may be issued to the solicitation. If you do not register, it is your responsibility to periodically review the web site for any changes to the RFP. Contractors that are debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contractors must be registered in the Central Contractor Registration (CCR) system prior to award. To register in CCR, go to http://www.ccr.gov. DESCRIPTION OF REQUIREMENTS: The requirement is for Non-Personal Services Logistics Integrated Services for Research and Development functions to be performed at the Air Force Research Laboratory (AFRL) located at Edwards AFB, California in accordance with the Performance Work Statement (PWS), dated 22 August 2011, attached to the solicitation. The Contractor shall make available all personnel, equipment, vehicles, supervision and services necessary to perform the requirements of the PWS. The period of performance includes a base Transition period of 19 September 2011 through 30 September 2011 and a base period of 01 October 2011 through 31 March 2012, with six (6) 6-month option periods. COMPETITION: This acquisition is 100% Small Business set-aside. In order to qualify for this program, a business must meet the following criteria: it must be a certified Small Business. The Federal Supply class (FSC)/Service Code (SVC) is R706. The North American Industry Classification system (NAICS) code is 561110. The offerors shall include with its proposal a completed copy of the provisions at FAR 52.219-1, Small Business Program Representations (Alternate I). TYPE OF SOLICITATION: Solicitation FA9300-11-R-0005 is a Request for Proposal (RFP). Offerors should pay attention to the instructions in Addendum to 52.212-1, Instructions to Offerors - Commercial Items, which is incorporated in the solicitation document. The required contents of the proposal package are described in detail in the Addendum to 52.212-1. The offeror shall include with its proposal a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Alternate I). The offerors shall include with its proposal a completed copy of the provision of Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications - Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is an addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses cited in 52.212-5 that are applicable to this acquisition are marked with an "x". All applicable provisions and clauses are incorporated into the solicitation document and are those in effect through Federal Acquisition Circular (Fac) 2005-38, Effective 11 Jan 2010 and Class Deviation 2009-O0009. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). METHOD OF EVALUATION: The Government will award a contract to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and past performance considered. Past performance is significantly more important than price. TYPES OF CONTRACT CONTEMPLATED: The Government anticipates award of a firm-fixed price contract to the responsible offeror whose proposal is most advantageous to the Government. However, the Government reserves the right to make no award at all depending on the quality of the proposals received, prices submitted, and the availability of funds. Contract financing will not be provided for this acquisition. ELECTRONIC INVOICING; IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under Department of Defense (DoD) contracts to be submitted in electronic format. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors shall register for an account at https://wawf.eb.mil. POINT OF CONTACT: Complete proposals are due no later than 4:00 P.M. PDT on 02 September 2011. Proposals shall be sent to Directorate of Contracting, AFFTC/PKTB, Bldg 2800, 5 South Wolfe Ave. ATTN Ms. Janice Laurenti, Edwards AFB CA 93524. All correspondence pertaining to this solicitation shall conspicuously reference FA9300-11-R-0005. Offerors may reach Ms. Laurenti by telephone at 661-277-9601 or via e-mail at Janice.laurenti@edwards.af.mil or Ms. Aimee Buckless at 661-277-8454 or via e-mail at aimee.buckless@edwards.af.mil. All correspondence sent via e-mail shall contain a subject line that reads "FA9300-11-R-0005". E-mail filters at Edwards Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or content (i.e., exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also,.zip or.exe files are prohibited attachments and may be deleted by the e-mail filters at Edwards AFB. Ensure only.PDF,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9300-11-R-0005/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02543407-W 20110824/110822234603-66b5b4a01c594d1ca8bb36be6f5d39b1 (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.