Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOLICITATION NOTICE

D -- Executive Airlift Communications Network (EACN) support services - Draft PWS

Notice Date
4/27/2012
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design 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
FA4452-12-R-0012
 
Point of Contact
Katie S. Hoffmann, Phone: 6182569842, Jennifer L. Gasparich, Phone: 618.256.9978
 
E-Mail Address
katie.hoffmann@us.af.mil, jennifer.gasparich@us.af.mil
(katie.hoffmann@us.af.mil, jennifer.gasparich@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft PWS This is a synopsis of proposed contract action FA4452-12-R-0012. This is not a solicitation or invitation for offerors to submit proposals. Please note that all dates listed in this synopsis are tentative and are subject to change. Headquarters Air Mobility Command (HQ AMC) Specialized Contracting Branch (A7KQ) intends to issue a formal Request for Proposal (RFP) for Executive Airlift Communications Network (EACN) support services. The government intends to issue the RFP on or around 14 May 12. This acquisition will be set-aside for small business (small business must accomplish at least 51% of the services performed) utilizing North American Industry Classification (NAICS) code of 541512, Computer Systems Design Services, with a size standard of $25.0M. This is a competitive best value source selection using tradeoff process IAW FAR 15.101-1 and DFARS 215.3. The government will utilize performance/price tradeoff technique IAW AFFARS 5315.3 documented at MP 5315 AFFARS Library/Section M Templates/Approach #3 - Evaluate Technical, Rank by Price, Assess Performance until Proposal rated Substantial Confidence or all offers are evaluated. This technique is a simplified method that permits a tradeoff between price and performance in reaching the contract award decision. The government will award a contract resulting from the RFP to the contractor whose offer conforms to the RFP requirements, is considered technically acceptable, and provides the best value to the government. If the technically acceptable offer with the lowest evaluated price does not receive a "Substantial Confidence" performance confidence assessment rating, the next lowest priced offer will be evaluated for a "Substantial Confidence" performance confidence assessment. The evaluation process will continue until an offer that is technically acceptable receives a performance confidence assessment rating of "Substantial Confidence" or all offers are evaluated. At this point, the evaluation is complete and the SSA proceeds to the integrated best value assessment of the evaluated offerors. The planned period of performance is as follows: Base Period: 1 Oct 12 - 30 Sep 13 Option Period 1: 1 Oct 13 - 30 Sep 14 Option Period 2: 1 Oct 14 - 30 Sep 15 Option Period 3: 1 Oct 15 - 30 Sep 16
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-12-R-0012/listing.html)
 
Place of Performance
Address: See attached Draft PWS, United States
 
Record
SN02733935-W 20120429/120428000243-b10b4b692357c8a997b89d1d47745f0a (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.