Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2009 FBO #2720
SOLICITATION NOTICE

D -- Mobile Sensors Operations and Maintenance

Notice Date
5/6/2009
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AF ISR Agency Contracting Div, 102 Hall Blvd, Ste 258, San Antonio, Texas, 78243-7091, United States
 
ZIP Code
78243-7091
 
Solicitation Number
FA7037-09-R-1001
 
Point of Contact
Rosie Sparks,, Phone: 210-977-6622
 
E-Mail Address
rsparks@lackland.af.mil
 
Small Business Set-Aside
N/A
 
Description
The AF ISR Agency Contracting Branch, 102 Hall Blvd, Ste 258, San Antonio, TX 78243-7046 intends to issue a competitive solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract utilizing best value source selection procedures IAW FAR 15 and MP5315.3, Source Selection, dated Dec 2008. The period of performance will be for a Ten Month (10) Base Period with Four (4) One-Year Option Periods. The Solicitation Number is FA7037-09-R-1001. The Air Force Technical Applications Center/Radar and Treaty Operations Division (AFTAC/DOY) is the designated Mobile Sensors Program Office (MSPO), and is located at Patrick AFB, FL. The requirement addresses three Mobile Radar Sensors: Mobile Sensor 1, Mobile Sensor 2 and Mobile Sensor 3. This effort involves program management, operations, organizational and depot-level maintenance, logistics, sustainment engineering of all radar and support instrumentation, and the Software Maintenance Management Facility (SMMF) to ensure successful mission accomplishment. The contract requires access to classified information and will include a DD254, Department of Defense Contract Security Classification Specification. Personnel performing this effort must be eligible for Top Secret/Special Compartmented Information (TS/SCI) security clearance. Because performance will include access to "proscribed information" the NISPOM and related regulations and laws are applicable to this contract. Prospective sources will be required to have DOD facility clearances at TOP SECRET level. For the actual performance of this contract, several technicians are required to have TS/SCI clearances for all communications O&M staff, with all additional technical staff at the SECRET level. COMSEC accounts must also be maintained on all platforms. A Firm Fixed Price (FFP) pricing arrangement will be used for all labor. All responsible sources solicited may submit a proposal which shall be considered. The approximate issue date will be 20 May 09 and the approximate response date will be 29 Jun 09. The North American Industrial Classification (NAICS) code for this acquisition is 541690; size standard is $7M.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7898101b5563c2a3fd8c73a0f5ce05a&tab=core&_cview=1)
 
Place of Performance
Address: Patrick AFB, FL, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN01810913-W 20090508/090506223049-b7898101b5563c2a3fd8c73a0f5ce05a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.