Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
MODIFICATION

R -- Defensive Cyber Realization, Integration & Operational Support (DCRIOS) - Amendment 4 - Amendment 2 - Amendment 3 - FA8773-16-R-8002-0002 Amendment

Notice Date
7/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CONS, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-16-R-8002
 
Point of Contact
Anthony Owens, Phone: 405-734-9637, Donna J Williams, Phone: (405) 734-9706
 
E-Mail Address
anthony.owens.7@us.af.mil, donna.williams.6@us.af.mil
(anthony.owens.7@us.af.mil, donna.williams.6@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DCRIOS RFP FA8773-16-R-8002 Questions & Responses RFP FA8773-16-R-8002-0002 Amendment Section L Attachment 9 - Proposal Preparation Instructions Rev1 Section L Attachment 7.1 - CPFF Pricing Model Rev1 CDRL A009 - Transition Out Plan Section J Attachment 4 - WD 15-2521 Rev.3 Section J Attachment 2 - FFP Task Order Pricing Table Rev1 Section J Attachment 1 - DCRIOS PWS 27 Apr 2016 Rev1 Section M Attachment 2 - Evaluations Of Offerors Rev1 Solicitation Notice This is a Request For Proposal (RFP), Solicitation Number FA8773-16-R-8002, for Defensive Cyber Realization, Integration & Operational Support (DCRIOS). The Performance Work Statement (PWS), Contract Data Requirements Lists (CDRLs), Model Contract, and all other attachments are included in this solicitation. Proposal Due Date: NLT 3:00PM (CST), 20 July 2016 The purpose of this procurement is to provide the 92 COS with the management, engineering and technical support services required to support the establishment, maintenance, and evolution of the 92 COS cyber assessment program and the execution of the assessments defined by this program. This effort will be a single award, Indefinite Delivery Indefinite Quantity (IDIQ), performance-based service contract with FFP, CPFF and CR Line Items and includes a one-year base period and four 1-year option periods. A six month option to extend services in accordance with (IAW) Federal Acquisition Regulation (FAR) 52.217-8 will also be included in the solicitation. The services will be performed primarily at JBSA Lackland, TX. This effort is a set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) vendors under FAR Part 19 utilizing FAR Part 15. The North American Industry Classification System (NAICS) code for this requirement is 541512. The size standard for NAICS 541512 is $27.5 million. Foreign Participation: Due to the requirement to access the Government network, foreign contractors will not be allowed to participate. The solicitation will only be open to US-owned businesses. The solicitation will include DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government (June 2010). Award will be made using Tradeoff-Performance Price Tradeoff (PPT) Source Selection procedures, with technical proposals, IAW FAR Part 15. All notices and any/all amendments to this solicitation will be posted and available for viewing on this site ( www.fbo.gov ). It is the responsibility of interested parties to review this site frequently for the posting of any updates/amendments to the solicitation. All prospective offerors interested in submitting proposals must have a Commercial and Government Entity (CAGE) code and must be registered in the System for Award Management ( www.SAM.gov ). An AFSPC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The Ombudsman is the Senior Contracting Official at AFICA/KS and can be contacted at: 150 Vandenberg Street, Peterson AFB CO 890914, Telephone 719-554-5300. Interested vendors can submit questions and or comments to the RFP in the attached QA format (Excel). All questions and or comments related to this solicitation must be submitted to Anthony.owens.7@us.af.mil and donna.williams.6@us.af.mil no later than 3:00 PM (CST) 10 June 2016. Late requests will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/86943ea4f7cb4fa9aae71ae3becdaec9)
 
Place of Performance
Address: Lackland Air Force Base, TX 78243, San Antonio, Texas, 78243, United States
Zip Code: 78243
 
Record
SN04170042-W 20160703/160701234330-86943ea4f7cb4fa9aae71ae3becdaec9 (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.