Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
MODIFICATION

M -- Primary Training Ranges (PTR) OM&S

Notice Date
2/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-11-R-0012
 
Point of Contact
Dominic E. Esposito, Phone: 7572257712, PAULA P. SMITH, Phone: 7577649380
 
E-Mail Address
Dominic.Esposito@langley.af.mil, paula.smith@langley.af.mil
(Dominic.Esposito@langley.af.mil, paula.smith@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS: The Air Combat Command Acquisition Management and Integration Center (ACC AMIC), Langley Air Force Base, Virginia, hereby publicizes its intention to solicit for non-personal services to provide for the operation, maintenance and support (OM&S) of nine (9) ACC Primary Training Ranges (PTR) locations. The following ranges will be supported under this contract (Range Operating Authority are in parenthesis): Dare County Range (Seymour Johnson), Poinsett Range (Shaw), Grand Bay Range (Moody), Avon Park Range (Moody), Snyder Range (Dyess), Belle Fourche Range (Ellsworth), Holloman Ranges (Holloman), Mountain Home Ranges (Mountain Home), and the Range Instrumentation and Integration System (RIIS) (Nevada Test and Training Range). The program provides OM&S of range threat, scoring, and feedback systems. The program also provides for target, road, grounds, and limited facility maintenance. The contractor shall provide personnel, vehicles, equipment, tools, materials, training and supervision to perform the OM&S for the PTR managed by ACC at the locations as specified above. PTR consist of Electronic Scoring Sites (ESS), Electronic Combat Ranges (ECR), Bombing and Gunnery Ranges (B&G), and the Range Integration and Instrumentation System (RIIS). This acquisition is set aside 100% for Small Business IAW FAR 19.502-2. The period of performance will consist of a sixty (60) day transition period, a one-year base period, and four (4) one-year option periods. A single Firm Fixed Price (FFP) contract with Cost Reimbursable Line Items will result from the solicitation, utilizing the Lowest Priced Technically Acceptable (LPTA) source selection procedures. The anticipated issue date for the Request for Proposal (RFP) is on or about 17 February 2012, with the anticipated date for receipt of proposals on or about 9 April 2012. The anticipated award date is on or about 31 October 2012. The Government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documentation will not be made available. Solicitation, amendments and other miscellaneous documents will be posted to the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. It is the responsibility of each offeror to review the website for notice of amendments, updates or changes to current information. Contact with government personnel, other than the ACC AMIC Contract Manager and/or Contracting Officer listed below, by a potential offeror or their employees' regarding this project is strictly prohibited. In order to be eligible for award, registration under the correct North American Industry Classification System (NAICS) code in the Central Contractor Registration (CCR) database is required. To register, go to http://www.ccr.gov. The applicable NAICS code for this solicitation is 561210, Facilities Support Services and the small business size standard is $35.5 million. The draft Statement of Work (SOW) and related appendices have been attached and posted along with this Presolicitation Notice for industry review and comment. Interested parties should review those documents and are encouraged to provide comments, questions, or suggestions via e-mail to pkcptr.recompete@langley.af.mil. Questions to the draft SOW are due no later than 1500 EST, Friday, 14 February 2012. The Government will consider and respond to all input sreceived. Industry response is encouraged to ensure all parties have maximum opportunity to participate in this acquisition. 2 Feb 12 Notice Update - Optional Performance Sites added to the Place of Performance field.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-11-R-0012/listing.html)
 
Place of Performance
Address: Place of Performance: Grand Bay Range, GA; Dare County Range, NC; Mountain Home Ranges ID; and Holloman AFB Ranges NM. Optional Locations: Poinsett Range, SC; Snyder ESS Range, TX; Avon Park Range, FL; Belle Fourche Range, WY; and the Range Instrumentation and Integration System (RIIS), NV., United States
 
Record
SN02666988-W 20120204/120202235626-4e91e6d60a6b55121afa9e4d604be490 (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.