SPECIAL NOTICE
R -- Small Business Industry Day at Los Angeles Air Force Base
- Notice Date
- 2/2/2004
- Notice Type
- Special Notice
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
- ZIP Code
- 90245-4659
- Solicitation Number
- Reference-Number-TASS-FASS-26
- Response Due
- 3/12/2004
- Archive Date
- 3/27/2004
- Point of Contact
- Tamieka Wanzo, Primary Point of Contact, Phone (310) 363-2855, Fax null, - Paulette Rice, Secondary Point of Contact, Phone (310) 363-2855, Fax null,
- E-Mail Address
-
tamieka.wanzo@losangeles.af.mil, paulette.rice@losangeles.af.mil
- Description
- The Space and Missile Systems Center (SMC) invites prospective small business contractors to an industry day scheduled for 16 March 2004 at 0800 to 1200 hours at Los Angeles Air Force Base located at 2400 El Segundo Blvd, El Segundo, CA 90245. It is the intent of the Specialized Contracts Office (SMC/PKR) to issue additional Technical Acquisition Support Services (TASS) and Financial Acquisition Support Services (FASS) Blanket Purchase Agreements (BPA) to support the purchase of financial and technical/management advisory and assistance services by the issuance of delivery orders against GSA Group 70 multiple award schedule contracts. We are seeking capable small business' to participate as prime contractors on the TASS and FASS requirements. In order to have a TASS or FASS BPA, a contractor must be qualified in accordance with the evaluation criteria provided and must have a GSA Group 70, Information Technology, Federal Supply Schedule. The TASS requirement is for the acquisition of services and support covering the following 6 core competencies and their associated sub elements: 1) Systems Engineering and Integration (Requirements Analysis, Modeling and Simulation, Systems Safety and Environmental Impact, and Test and Evaluation); 2) Management Services (Configuration and Data Management and Management Service); 3) Specialty Acquisition Support (Manufacturing and Producibility, Quality Assurance, Reliability and Maintainability, Electromagnetic Interference/Compatibility (EMI/EMC), and Facilities and Ground Support); 4) Integrated Logistics Support (ILS) (ILS Performance Planning, Packaging, Handling, Storage and Transportation (PHS), and Continuous Acquisition and Life Cycle Support (CALS)); 5) Computer Resources and Software (Computer Resources and Software Engineering and Office Automation); and 6) Acquisition Security (Acquisition Security Support, Space System(s) Protection Program Support, Systems Security Engineering (SSE), and Acquisition Security Training, Orientations, and Conferences). The FASS requirement is for the following 10 core competencies: Cost Estimating, Cost-related research, Training, Acquisition reports, Commitment/Obligation/Expenditure Reconciliation, Earned Value Analysis, Market Analysis/Priced-Based Acquisition, Activity-Based Costing/Management (ABC/M), Total Ownership Cost (TOC), and Scheduling. The ordering period under these BPAs is anticipated to be 12 months, with possible extensions up to a total of five years (60 months) from BPA award or GSA FSS contract period (including options), whichever occurs first. The Government reserves the right not to extend or to cancel BPAs in which the contractor fails to perform in accordance with the BPA or the Delivery Order, or in which the contractor has not received Delivery Orders. The contractor must possess, or be able to obtain, an Industrial Facility Clearance of Top Secret at the time of award. Personnel supporting activities under these BPAs must be US citizens and have a minimum of a secret security clearance. The contractor must have several personnel with Top Secret clearances to support requirements that may be awarded. The place of performance will occur at SMC, its Detachments or the contractor's facility. Industry day briefings will consist of an overview of the TASS and FASS requirement, how to get a GSA schedule established, how to prepare proposals and SMC's small business programs. A sources sought synopsis for this requirement was initially published 24 January 2003. Reservations for this event can be made by contacting Ms Tamieka Wanzo or Ms Paulette Rice at 310-363-2855 or e-mail no later than 12 March 2004.
- Place of Performance
- Address: See Description above.
- Record
- SN00514234-W 20040204/040202212017 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |