Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

H -- Flight Test Support

Notice Date
7/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-13-R-0001
 
Response Due
7/12/2013 5:00:00 PM
 
Archive Date
8/3/2013
 
Point of Contact
Christopher Serbe, Phone: (850) 882-2789, Christopher K. Slater, Phone: (850) 882-0334
 
E-Mail Address
christopher.serbe@eglin.af.mil, christopher.slater@eglin.af.mil
(christopher.serbe@eglin.af.mil, christopher.slater@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Eglin Air Force Base, Florida, intends to solicit and award a requirement for Flight Test Support. Contractor tasks include, but not limited to, providing all personnel, equipment, tools, materials, supervision, logistics, training, technical support, and other items and services necessary to manage and provide aircraft support for wide a variety of electronic system test programs. In addition to just providing aircraft for support, modifications will be required to aircraft for installation of the systems under test. Systems to be installed include (but are not limited to) radios, GPS systems, sensors, and countermeasures (flares, jammers, etc.) in accordance with the Performance Work Statement (PWS). This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, FAR Part 13.5, Test Program for Certain Commercial Items, and FAR Part 15, Contracting by Negotiation. This acquisition will utilize Lowest Price Technically Acceptable basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The Government intends to award without discussions. Any resulting contract shall be Firm-Fixed-Price and an Indefinite Delivery Indefinite Quantity (IDIQ) type contract. Task Orders will be issued to accomplish specific mission tests as outlined in the Performance Work Statement. This is a new requirement and there is no incumbent contractor. Period of performance of the basic IDIQ contract is from 01 August 2013 through 31 July 2014, with four (4) additional one-year Options. The Government reserves the right not to exercise the Options. This acquisition will be a Total (100%) Small Business Set-Aside only acquisition. The North American Industry Classification System (NAICS) is 488190, with a small business size standard of $30 million. All small business contractors are encouraged to participate. Please identify your business size in your response based upon this standard. Prospective offerors must be registered on the System for Award Management (SAM) website at https://www.sam.gov. Please provide DUNS or Cage Code on the response to this solicitation. All questions are due by 1700, Central Time on 26 June 2013. Proposals due date has been extended to be received no later than 1700, Central Time on 19 July 2013. An Amendment to the Solicitation and responses to questions received is forthcoming. Potential offerors should note that a site visit will not be held for this requirement. Funds are not presently available for this effort. In accordance with FAR Clause 52.232-18 - Availability of Funds, funds are not currently available for this requirement. No award will be made until funds are available for issuance of the first task order. The Government reserves the right to cancel this requirement either before or after the receipt of offers with no obligation to the offeror by the Government. By submission of an offer, offerors hereby acknowledge that funds are not currently available and agree to prepare a proposal and perform such acts as are necessary to prepare this requirement for award without any liability on the part of the Government. Offerors are responsible for obtaining the solicitation, amendments, and any other documentation from the Federal Business Opportunities (FBO) website, which can be accessed at https://www.fbo.gov. Paper copies will not be available. Telephone requests to be placed on the mailing list will not be honored, and no telephone inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f6bf18a26899b81d239bfa932111e4d)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03110472-W 20130711/130709234601-5f6bf18a26899b81d239bfa932111e4d (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.