SOLICITATION NOTICE
R -- Advisory & Assistance Services (A&AS) - Draft Performance-Based Work Statement
- Notice Date
- 3/24/2009
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8504-09-R-22495
- Point of Contact
- Robert N. Jones ,, Phone: 4789267204
- E-Mail Address
-
robert.jones3@robins.af.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- Draft Performance-Based Work Statement (PWS) for basic contract. This synopsis is for a pending contract action for Advisory and Assistance Services (A&AS) in support of the 330 th Aircraft Sustainment Group (330 ACSG) at Warner Robins Air Logistics Center (WR-ALC), GA. A solicitation is pending from 330 ACSG/GFKA (Contracting), 235 Byron Street, Suite 19A, Robins AFB, GA 31098-1670 with an estimated release date of 9 April 2009 and a response date of 30 days after issuance. The proposed contracting action is for a single award Indefinite Delivery, Indefinite Quantity (ID/IQ) vehicle with a one-year basic ordering period and four, one-year options. The proposed contract line items include: Firm-Fixed-Price (FFP) Manpower Support Services (on-site and off-site); Time-and-Materials (T&M) Manpower Support Services (on-site and off-site); Cost Reimbursement Travel (CONUS and OCONUS); Cost Reimbursement Materials; Cost Reimbursement Other Direct Costs (ODC); and FFP Data. A draft copy of the Performance-Based Work Statement (PWS) is attached. The subject requirement will be fulfilled through an 8(a) competitive procurement with no geographical limitations imposed. FAR Clauses 52.219-8 and 52.219-14 will apply to this acquisition. Joint ventures are allowed; however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture in this project, you must advise your assigned SBA Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations and guidelines. Any corrections and/or changes can be made only when your BDS has adequate time for a thorough review before the proposal due date. No corrections and/or changes are allowed after time of submission of proposal or bids. Any interested vendor must have office space within a 35 mile radius and the successful offeror will be chosen using Technically Acceptable - Risk Performance Price (TA-RPP) tradeoff procedures with Risk and Performance being significantly more important than price. It is estimated that 90% of work will be performed at WR-ALC (on-site) and 10% at the contractor's facility (off-site). Subject Solicitation will be made available through this website.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=052b22da81d09de05e360849406be416&tab=core&_cview=1)
- Place of Performance
- Address: Warner Robins Air Logistics Center, Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Record
- SN01776471-W 20090326/090324220434-052b22da81d09de05e360849406be416 (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 |