Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
MODIFICATION

11 -- Reentry Field Support Equipment - Amendment 4

Notice Date
3/3/2015
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8214-15-R-0001
 
Response Due
2/26/2015 2:00:00 PM
 
Point of Contact
Peggy Lynn Japngie Lizotte, Phone: 8017752280
 
E-Mail Address
peggy.japngie_lizotte.1@us.af.mil
(peggy.japngie_lizotte.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Follow Up Questions & Answers Updated GFP List Amendment 0004 Amendment #8, Request for Proposal 2 - March - 2015 Amendment 0004 to the RFP is being released. See update. The answers to follow-up questions are being posted with this amendment. Amendment #7, Request for Proposal 25 - February - 2015 Amendment 0003 to the RFP is being released. See update. The estimated date for release of answers to follow-up questions is 4 March 2015. Amendment #6, Request for Proposal 19 - February - 2015 Amendment 0002 to the RFP is being released. See update. The date of the Government Furnished Property List is 19 February not 9 February as listed in the amendment. Amendment #5, Request for Proposal 17 - February - 2015 Amendment 0001 to the RFP is being released. See update. The effective date of this amendment, which is not noted on the front page of the amendment, is today, 17 February 2015. This amendment is to deal with questions and other industry concerns. Questions and Answers have been posted as an attachment. Any follow up questions must be submitted by 5:00 p.m. mountain standard time on 20 February 2015. Offerors are reminded that failure to follow the instructions can result in a deficiency. Amendment #4, Request for Proposal 13 - February - 2015 It was previously announced that questions/answers as well as an RFP amendment would be provided on Monday 16 February 2015. However, that date is a holiday, so the questions/answers and RFP amendment will be posted on Tuesday 17 Febrary 2015. Amendment #3, Request for Proposal 9 - February - 2015 Due to issues that have arisen from questions, answers cannot be posted until Next Monday 16 February 2015. Due to this delay, an extension to the deadline for submitting proposals will be provided. Proposals will now be due on 20 March 2015 (21 day extension). Questions will no longer be accepted after 12 February 2015. Amendment #2, Request for Proposal 4 - February - 2015 The Air Force would like to thank industry for its patience as it tries to address the numerous questions that have been submitted regarding the RFP. The intention is to release those questions and answers by 9 February 2015. Amendment #1, Request for Proposal 15 - January - 2015 The Past Performance Tool has been Added to this Solicitation Request for Proposal Attached you will find the Official Request for Proposal Reentry Field Support Equipment (RFSE) Production Effort Pre-Solicitation Synopsis Amendment #3 (6 January 2015) Solicitation Number: FA8214-15-R-0001 Information on how to request access to the bidder's library has been attached to this announcement. Requests for access to the bidder's library are now being accepted. Reentry Field Support Equipment (RFSE) Production Effort Pre-Solicitation Synopsis Amendment #2 (18 December 2014) Solicitation Number: FA8214-15-R-0001 The schedule for RFP release has been updated, and the release will not be completed until after the new year. Happy Holidays! Additionally, instructions for DD Form 2345's will be updated as well. Reentry Field Support Equipment (RFSE) Production Effort Pre-Solicitation Synopsis Amendment #1 (20 November 2014) Solicitation Number: FA8214-15-R-0001 Interested parties are advised that notices and information about the RFSE program were previously placed on FBO under the number FA8214-14-R-9000. Due to numbering requirements, this number has changed to FA8214-15-R-0001. Interested parties may want to update their notices on FBO. The Intercontinental Ballistic Missile (ICBM) Contracting Division, Hill Air Force Base, UT intends to issue a solicitation for Reentry Field Support Equipment (RFSE) Production effort. The RFSE is a nuclear-certified test set. It is comprised of radio frequency, electrical, and structural hardware (including through-hole soldered multi-layer boards) which is integrated with government-provided, existing, non-commercial software. Under the RFSE production effort, the contractor will: A - produce and deliver up to seven RFSE suites, up to four sets of support equipment, and initial spares in accordance with the applicable standards and government-provided drawings; B - provide interim contractor support for all RFSE units; C - train users on how to operate, test, maintain, troubleshoot problems, and do field-level repairs the RFSE. Contractors must have the ability to perform design requalification and recertification if circumstances necessitate a change in the nuclear-certified design of the RFSE-such a change would require nuclear surety and nuclear safety experience. Due to the nuclear-certified design, contractors must have a well-defined and detailed manufacturing plan (including environmental controls), stringent configuration control, and a high degree of quality assurance. Delivery of the first RFSE unit will be made no later than 20 months after contract award, and all RFSE units and support equipment must be delivered no later than 44 months after contract award. The solicitation will result in issuance of a Definitive Contract with multiple options. Draft parts of the solicitation critical to an offeror's understanding of the requirement have been released on FBO under the number FA8214-14-R-9000. This included Section L, Section M, and the model contract (with Contract Line Item Numbering Structure). Interested parties who seek more information on this acquisition (including but not limited to quantity, unit of issue, and destination information) are advised to review that draft release. The draft will be updated upon solicitation release, and offerors are required to review the solicitation for any updates. This acquisition will be a full and open competition (not a small business set aside), using the lowest price, technically acceptable source selection conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection and the Department of Defense (DoD) Source Selection Procedures (effective 1 July 2011) as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), Air Force Federal Acquisition Regulation Supplement (AFFARS), and the Air Force Source Selection Mandatory Procedures (MP5315.3). A formal Request for Proposal (RFP) will be issued on or about 15 December 2014 on Federal Business Opportunities (FBO). The solicitation (except the technical data package-see below) will be released on FBO. Paper copies of the solicitation (except technical orders-see below) will not be mailed. Interested offerors are responsible for checking FBO to obtain the solicitation and any amendments or other information pertaining to the solicitation and are encouraged to register for notification through FBO. While the solicitation will be placed on FBO, the technical data package (TDP) will not. This acquisition involves technology that has a military or space application, and the TDP contains export controlled data. As such, the only US contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. Those that are certified and registered will have a DD Form 2345 certified by the Joint Certification Program. For those contractors that do not have a certified DD Form 2345, but would like to participate in this acquisition, the form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. Interested parties are advised that approval of a DD2345 may take time, so completion and submission of that form now rather than upon or after release of the solicitation is highly recommended. To obtain a copy of the TDP, offerors must request the TDP from the contracting officer listed in the below point of contact section. The request must include a copy of the offeror's current, approved DD Form 2345. Once an offeror's DD Form 2345 is verified, access to the drawings, specifications, and other program documents through the software program, TopVue, will be provided to the data custodian identified in block 3 of the DD Form 2345. After approval of the controlling office, technical orders will be provided to the data custodian by mail. Foreign participation at the prime contractor level is not permitted. All offerors must be actively registered in the System for Award Management (SAM) (https://www.sam.gov) to be eligible for award. In addition, offerors must ensure their Annual Representations and Certifications are updated and current. Point of Contact Peggy L. Japngie Lizotte, RFSE Contracting Officer Air Force Nuclear Weapons Center/Contracting 6014 Dogwood Avenue, Building 1258, Room 24N Hill Air Force Base, UT 84056-5816 Phone: (801) 775-2280 Email: peggy.japngie_lizotte.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8214-15-R-0001/listing.html)
 
Record
SN03656764-W 20150305/150303234456-85630fb7f4cac5f6b58598ab1e17ace6 (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.