SOLICITATION NOTICE
R -- SAF/XC's A&AS
- Notice Date
- 11/17/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
- ZIP Code
- 20032-0305
- Solicitation Number
- FA7014-06-R-0002
- Archive Date
- 11/17/2006
- Description
- THIS IS THE FORMAL PRESOLICITATION NOTICE IN ACCORDANCE WITH FAR 5.204. The purpose of this synopsis is to announce the forthcoming electronic release of the final Request for Proposal (RFP) for SAF/XC?s Advisory and Assistance Services (AAS) contract(s). This acquisition was previously posted to the FedBizOpps under Reference Number RFI-FA7012-SAF-NWI-CIO, AAS in support of SAF/XC, which included ten (10) subsequent Amendments. Under Amendment 05 to this RFI-FA7012-SAF-NWI-CIO, Solicitation Number FA7012-05-R-0034 was assigned. From this date forward, interested offerors seeking information regarding this acquisition should use Solicitation Number FA7014-06-R-0002, as any subsequent postings shall be listed under this Solicitation Number only. The Office of the Secretary of the Air Force, Chief of Warfighting Integration and Chief Information Officer (SAF/XC) has a requirement for comprehensive AAS to support its staff. The Government intends to award two contracts to prime contractors for SAF/XC AAS, but reserves the right to award more or fewer if the SSA determines it is in the Government's best interest, considering the Government's expected volume of work over the period of the task order contracts, available funding, the need to sustain adequate competition, and the availability of best-value proposals following completion of evaluation of the proposals received. The Government contemplates award of an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract with Firm Fixed Price (FFP), Time & Material (TM), and Labor-Hour (LH) Task Orders resulting from this solicitation. The North American Industry Classification System (NAICS) Code for this acquisition is 541611 with an applicable size standard of no more than $6M gross annual revenue. This size standard applies for the establishment of eligibility as a small business. This acquisition will be procured on an unrestricted basis. Source selection procedures will be followed as prescribed in FAR Part 15, as supplemented. Multiple contract awards are anticipated with a total program ceiling of $392 million. Terms of contract(s) include a five-year basic ordering period. A draft of the RFP was released under Amendments 05 and 10 to RFP FA7012-05-R-0034 (previously known as RFI-SAF-NWI-CIO). The Government anticipates releasing the final RFP on or about 5 Dec 05. The RFP will be issued via FedBizOpps under Solicitation Number FA7014-06-R-0002. All contractors interested in receiving information on this acquisition are encouraged to register with the FedBizOpps website. No hard copies of this solicitation shall be issued. Offerors who determine that the technical requirements of this RFP require clarification(s) to permit submittal of a responsive proposal shall submit all questions in writing to the Contracting Officer within ten (10) days of publication of the final RFP. All responsible sources may submit a proposal, which will be considered by the agency. Fascimile or alternate proposals are not acceptable. Contractors must be registered in Central Contractor Registration (CCR) database prior to award. Contractors may access CCR at the following URL www.bpn.gov. Also, effective January 1, 2005 the Federal Acquisition Regulation (FAR) requires that all contractors use the Online Representations and Certifications Application (ORCA) in federal solicitations as part of the proposal submission. You may access ORCA via the following URL, www.orca.bpn.gov. Potential offerors will be responsible for downloading the solicitation and monitoring this website for amendments, if any, to the solicitation. An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (202) 767-4033. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. All proposals must be received by the due date and time specified in the RFP. The due date will be no less than 30 calendar days after the release of the final RFP. It is the contractor?s responsibility to check the RFP for the actual issuance date, proposal due date/time, and delivery address. Inquiries regarding this notice shall be directed to Lynne.Hanson@bolling.af.mil, voice (202) 767-7943.
- Place of Performance
- Address: Arlington VA 22209 and Hampton VA 23666
- Zip Code: 22209
- Country: United States
- Zip Code: 22209
- Record
- SN00933719-W 20051119/051117212030 (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 |