Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

H -- Air Force Enterprise Contracted (AFEC) Precision Measurement Equipment Laboratories (PMEL) Services

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
FA4890-13-R-0111
 
Point of Contact
Steven A. Fletcher, Phone: 7572254530, Christin L. Lockhart, Phone: 7577649154
 
E-Mail Address
steven.fletcher@langley.af.mil, christin.lockhart@langley.af.mil
(steven.fletcher@langley.af.mil, christin.lockhart@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NOTICE FA4890-13-R-0111 THIS IS A SOLICIATION NOTICE. This notice is for RFP: FA4890-13-R-0111. Air Combat Command, Acquisition Management Integration Center (AMIC) anticipates issuing a formal RFP on or about 26 June 2013 with a response due date on 29 July 2013. The Government intends to award a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) fixed-price with incentive fee, and cost reimbursable contract line items, performance based, non-commercial service contract in accordance with FAR Part 15, and AFFARS MP5315.3. The North American Industry Classification System Code (NAICS) for this requirement is 811219, Other Electronic and Precision Equipment Repair and Maintenance with a size standard of $19M. Description of Services : The contractor shall provide Program Management, Technical Support (TS), Logistics Support (LS), Measurement, Analysis and Improvement (MA&I) in support of the Precision Measuring Equipment Laboratory (PMEL) Operations and Maintenance (O&M) responsibilities. Projected operating locations may be in CONUS: Arnold AFS, TN; Andrews, AFB, MD; Barksdale AFB, LA; Beale AFB, CA; Cannon AFB, NM; Cape Canaveral AFS, FL; Columbus, AFB, MS; Dover AFB, DE; Dyess AFB, TX; Ellsworth AFB, SD; F.E. Warren AFB, WY; Fairchild AFB, WA; Grand Forks AFB, ND; Hill AFB, UT; MacDill AFB, FL; Malmstrom AFB, MT; Maxwell/Gunter AFB, AL; McConnell AFB, KS; Minot AFB, ND; Moody AFB, GA; New Boston AFS, MA; Offutt AFB, NE; Patrick AFB, FL; Peterson AFB, CO; Robins AFB, GA; Scott AFB, IL; Sheppard AFB, TX; Tinker AFB, OK; Tyndall, AFB, Fl; Vance AFB, OK; Vandenberg AFB, CA; Whiteman AFB, MO and Wright Patterson AFB, OH and OCONUS: Anderson AB, Guam; Eielson AFB, AK; Elmendorf AFB, AK, RAF Feltwell, United Kingdom, and Thule AFS, Greenland. There is a potential to incorporate additional sites at a later date, or to eliminate some locations based on changing requirements within the Air Force. Additionally, the contractor shall provide all management, personnel, equipment, tools, materials, supervision, and other items and support necessary to perform PMEL services IAW the Performance Work Statement (PWS). The contractor shall perform in accordance with the standards outlined in the PWS as posted with the solicitation. The period of performance will cover a 45-day phase in period, one base period, and four one-year option periods. The Government intends to make multiple awards on or about 31 Jan 2014 with the phase-in beginning 15 Feb 2014 - 31 Mar 2014 and with a base performance start date beginning 1 April 2014 for some locations with others added over the life of the contract. The Government plans to use the Internet and email as the primary means of disseminating and exchanging any information concerning this requirement. Interested parties should review the documents posted on FedBizOpps and provide any comments via e-mail to this office. It is the offeror(s) responsibility to monitor this web site. The Air Force will consider and respond to all inputs received. Industry response is encouraged to ensure all parties have maximum opportunity to participate in this acquisition and to ensure that the requirement is understood. A pre-proposal conference shall be held on 09 Jul 13 and a site visit may be conducted in accordance with forthcoming Amendments to this notice. Proposals shall be due on 29 July 2013. Interested offerors should provide their company name, address, point of contact, Cage Code, phone and fax number, email address, and business size to steven.fletcher@langley.af.mil. All responsible sources may submit an offer and each offer will be considered. To be eligible for contract award, offerors must be registered in the System for Award Management (www.sam.gov) under NAICS 811219: Other Electronic and Precision Equipment Repair and Maintenance. Additionally, offerors responding to this notice as a Small Business concern must be certified and qualified as a Small Business and registered in the System for Award Management (www.sam.gov) under NAICS 811219. Interested parties are to submit all correspondence in writing via email to the following POC: Capt Steven Fletcher, (757) 225-4530, email: steven.fletcher@langley.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-13-R-0111/listing.html)
 
Place of Performance
Address: Projected operating locations may be in CONUS and/or OCONUS as listed in the PWS., United States
 
Record
SN03100877-W 20130628/130626235937-67642d4eb8f52b0f4d668d2d6d956792 (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.