Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

R -- Reserve Distributed Mission Operations (DMO) Program at HQ AFRC Robins AFB GA - Contract Clause Associate Contractor Agreement - PWS - DD254 - Revised DMO Support Travel - RFP

Notice Date
6/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
FA6643-13-R-0016
 
Archive Date
7/9/2013
 
Point of Contact
Susan Forchette, Phone: 478-327-1617
 
E-Mail Address
susan.forchette@us.af.mil
(susan.forchette@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Revised DMO Support Travel DD Form 254 PWS Associate Contractor Agreement Clause The contractor shall provide all personnel, resources, materials, equipment, supervision, and other items or services necessary to provide advisory and assistance services in support of the Reserve Distributed Mission Operations (DMO) program at HQ Air Force Reserve Command at Robins Air Force Base, GA. This is a combined synopsis/solicitation for commercial services prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. We are contemplating a basic contract year and four annual options. There are four (4) Contract Line Items (CLINs) for each year, one (1) for the DMO Project Manager, one (1) for the DMO Computer Systems Engineer, one (1) for Travel, and one (1) for Data. The solicitation number is FA6643-13-R-0016 and the solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-64, efffective 18 Jan 13. The following clauses are applicable to this solicitation: FAR 52.212-1 (Instructions to Offerors/Commercial Items), FAR 52.212-2 (Evaluation Commercial Items), FAR 52.212-3 (Offeror Representations and Certifications Commercial Items), FAR 52.212-4 (Contract Terms and Conditions Commercial Items), FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items). This acquisition is a competitive best value acquisition using the Lowest Price/Technically Acceptable (LPTA) source selection procedure using price and non-price factors to make an award decision. The Government will evaluate competing offerors' technical capabilities on the basis of an Acceptable/Unacceptable rating scheme. All offers deemed technically acceptable shall be treated equally, except for price. Award will be made to the responsible offeror whose proposal meets or exceeds all the solicitation requirements, is deemed technically acceptable, and has the lowest Total Evaluated price. The applicable NAICS Code for this acquisition is 541990, with a size standard of $14 million in annual revenue. The proposed contract is 100% set aside for small business concerns. The solicitation, the Performance Work Statement, DD Form 254, the DMO Travel Pricing Schedule, and the Associate Contractor Agreement are attached to this synopsis. Point of Contact Susan Forchette, Contract Specialist, Phone (478) 327-1617, Fax (478) 327-0722, Email susan.forchette@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/FA6643-13-R-0016/listing.html)
 
Place of Performance
Address: HQ AFRC, ROBINS AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN03081242-W 20130607/130606002422-4cc714670eba1c97be3779b0fade5065 (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.