Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2010 FBO #3088
SOLICITATION NOTICE

R -- BROAD AGENCY ANNOUNCEMENT (BAA) BAA10-01 FOR FY 2010 AIR FORCE MENTOR-PROTEGE

Notice Date
5/7/2010
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
BAA10-01
 
Archive Date
6/5/2010
 
Point of Contact
Edward E Johnson, Phone: 202-767-7937, Natalie L Sitkowski, Phone: 202-767-8094
 
E-Mail Address
edward.johnson@afncr.af.mil, natalie.sitkowski@us.af.mil
(edward.johnson@afncr.af.mil, natalie.sitkowski@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FY2010 AIR FORCE MENTOR PROTÉGÉ BROAD AGENCY ANNOUNCEMENT (BAA) 10-01, U.S. AIR FORCE (AF) MENTOR PROTÉGÉ PROGRAM FOR THE SECRETARY OF THE AIR FORCE SMALL BUSINESS (SAF/SB) PROGRAMS. To access hyperlinks from this electronic solicitation - hit CTRL and click on the hyperlink. Broad Agency Announcement Type: Pre-solicitation Broad Agency Announcement Number: BAA 10-01 THIS WILL BE A TWO-STEP SOLICITATION: First Step: WHITE PAPER DUE DATE AND TIME: White papers will be accepted until 5 PM Eastern Time 21 May 2010. Submission of white papers will be regulated in accordance with FAR 15.208. Only white papers are due at this time. Second Step: PROPOSAL DUE DATE AND TIME: To be provided in response to the Requests for Proposals sent to Offerors that submit White Papers considered meeting the needs of the Air Force. NOTE: White Paper/Proposal receipt after the due date and time shall be governed by the provisions of FAR 52.215-1(c) (3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the above stated date and time as a result of security delays will be considered "late." Furthermore, note that if Offerors utilized commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early white paper submissions are encouraged. Solicitation Request: The Secretary of the Air Force Office of Small Business Programs is soliciting WHITE PAPERS from eligible mentors interested in participating in the Department of Defense (DoD) Mentor-Protégé Program. FORMAL PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. The Offerors of those WHITE PAPERS found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal in accordance with (IAW) this BAA, subject to Air Force needs and availability of funds. This BAA announcement will remain in effect until 30 August 2010. IAW Section Two of the Presidential Executive Order 13360, and in order to significantly increase contract and subcontract award opportunities to Service-Disabled Veteran-Owned Small Businesses (SDVOSB), we highly encourage SDVOSBs participate as protégés or mentors (if eligible) in the program. White papers/Proposals submitted shall be in accordance with this announcement. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may permit extensions to the white paper submission date. On-line Representations and Certifications (ORCA): Potential Offerors are notified that effective July 2010 to be eligible for an award; they must submit annual Electronic Representations and Certifications, otherwise known as On-Line Representations and Certifications Application (ORCA) via the Business Partner Network (BPN) at http://www.bpn.gov/orca. These FAR and DFARS level representations and certifications are required in addition to the representations and certifications specific to this acquisition. Before submitting the Electronic Representations and Certifications, contractors must be registered in the Central Contractor Registration (CCR) Database. On-line registration instructions can be accessed from the DISA CCR home page at http://www.ccr.gov/. Type of Contract: Cost Plus Fixed Fee is the preferred type of contract Note: All Cost Plus Fixed Fee or Cost contracts require that the awardee has an adequate accounting system for accumulating cost, approved by DCAA. If you do NOT have a DCAA approved accounting system it will delay or possibly prevent contract award. Alternative contract types may be considered if the Offeror can assure the government that the risk can be managed in such a way that the objectives of the program are met and in what circumstances they have successfully used them in the past. In any case final determination of contract type will be made by the contracting officer. Full Text Announcement I. PROGRAM DESCRIPTION: The Secretary of the Air Force Office of Small Business Programs is soliciting white papers (and later technical and cost proposals) open to eligible mentors and protégés to provide the Air Force a strong technical component or innovative state of the art technology that will meet Air Force mission requirements. 1. OBJECTIVE: The purpose of this Department of Defense (DoD) program is to provide incentives to prime DoD contractors to provide appropriate developmental assistance to enhance the capabilities of the protégé firms to satisfy DoD and other contract and subcontract requirements. This is accomplished by technical and developmental assistance from the mentor to the protégé. Under this program, approved mentor firms will enter into Mentor-Protégé (MP) agreements with eligible protégés. A complete description of the DoD program and eligibility requirements is provided in Appendix I of the Defense Federal Acquisition Regulation Supplement (DFARS). In addition, you can visit the Air Force Small Business Website at www.AirForceSmallBiz.org to obtain detailed Air Force MP Program information and Support Programs linked to the MP Program. Proposed agreements consisting primarily of business infrastructure, management and marketing assistance will not be considered for approval. The Air Force solicits MP agreements that are in line with the Air Force Vision and Priority areas while delivering requirements that contain a strong technical component or focus on innovative state of the art technology. The Air Force's mission is to Fly, Fight and Win in Air Space and Cyberspace. The Air Force priorities are listed below: AIR FORCE PRIORITY AREAS: Reinvigorate the Nuclear Enterprise Partner with the Joint Coalition Team to Win Today's Fight Develop and Care for Airmen and Their Families Modernize Our Air and Space Inventories, organization and Trainings Acquisition Excellence Top Technical Categories Supporting the Air Force Priorities (Not Limited To): Complex Networks, Information Security and Cyberspace Energy and Power Sources  Fuel cells  Anti-Corrosives  Composites  Radio Frequency Identification (RFID)  Prognosis of Aircraft and Space Devices, Components, and Systems  Aerospace Support Equipment  Aerospace Product & Part Manufacturing  Military Aircraft/Missiles  Manufacturing, Repair and Overhaul (MRO)  Military Engines for Aircraft, Missiles, Support Equipment  Manufacturing, Repair and Overhaul (MRO)   Armaments/Munitions  Autonomous Systems and Unmanned Aerial Vehicles (UAV)  Development, Test and Evaluation of Systems 2. APPROACH: The Air Force District of Washington Acquisition Division (AFDW/A7KS) intends to fund Air Force Mentor-Protégé agreements by issuing a Cost Plus Fixed Fee contract and may award without discussion. The period of performance for each contract awarded shall be one year from the date of award, with a one-year option. If proposed mentoring efforts require a second option year, justification of the additional year shall be provided in the WHITE PAPER. The monetary amount of individual awards will vary according to the complexity of the effort proposed and cannot exceed the regulatory yearly amount as set forth in the DFARS, Appendix I. The Offerors of those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. 3. TECHNICAL Point of Contact: Ms. Karen Holloman, Air Force Mentor Protégé Program Manager, Phone: (703) 696-1103, Fax: (703) 696-1170, e-mail: Karen.holloman@pentagon.af.mil. All technical questions must be submitted in writing by fax or e-mail. 4. CONTRACTING Point of Contact: Mentor-Protégé Contracting Officer, Capt Andrew Nordin: (202) 767-7938, Fax: (202) 767-7814, e-mail: andrew.nordin@afncr.af.mil. All contracting questions must be submitted in writing by fax or e-mail. II. PHASE ONE - WHITE PAPER SUBMITTAL WHITE PAPER SUBMISSION: White papers will be accepted until 5 PM Eastern Time 21 May 2010 and shall be mailed to the following two addresses: AFDW/A7KS Attn: Capt Andrew Nordin 2822 Doherty Dr., SW, Suite 310 Bldg 94, PSC 341 Anacostia Annex, DC 20373 SAF/SB Attn: Ms. Karen Holloman 901 N. Stuart, Suite 802 Arlington, VA 22203 1. Application Package: This Announcement consists of a Two-Step Process described in detail below. White Papers/Proposals submitted shall be in accordance with this announcement. There will be no other solicitation issued in regard to this requirement. ONLY WHITE PAPERS ARE BEING SOLICITED AT THIS TIME. Offerors should be alert for any BAA amendments that may permit extensions to the white paper submission date. There is no additional information to be provided. 2. CONTENT AND FORM OF SUBMISSION OF WHITE PAPER: a. General: The FIRST STEP requests a white paper, anticipated period of performance and a rough order of magnitude (ROM) cost. The Government will evaluate the white papers in accordance with the FIRST STEP evaluation criteria, set forth in Section IV. Based on this evaluation, the Government will determine which of the white papers have the potential to best meet the Air Force's needs. Offerors will be notified of the disposition of their white paper. It is anticipated that Government review of the white papers submitted will take 10 working days. Those Offerors submitting white papers assessed as meeting Air Force needs will be asked to submit a technical and cost proposal. An Offeror submitting a proposal without first submitting a white paper will not be eligible for an award. The cost for preparing white papers in response to this Solicitation is not considered an allowable direct charge to any resulting or any other contract; however, it may be an allowable expense to the normal bid and proposal indirect cost as specified in the FAR 31.205-18. The purpose of the white paper is to preclude unwarranted effort on the part of a mentor whose proposed assistance is not in-line with program objectives. The white paper shall be structured and completed as follows: b. Page Limitation: Mentors are required to submit 3 hard copies to the SAF/SB address and 2 hard copies and e-mail to the Contracting POC and address of the white paper. The white paper shall be limited to 10 pages, prepared and submitted in MS Word or PDF format, single spaced with a font no smaller than 12 pitch Arial summarizing their proposed mentoring approach. Pages shall be single-spaced, single sided, 8.5 by 11 inches, with at least one-inch margins on sides, top and bottom. Lines between text lines must be 12-point. All text, including text in tables and charts must adhere to all font size and line spacing requirements listed herein. Font and line requirements do not have to be followed for illustrations, flowcharts, drawings, and diagrams. These exceptions shall not be used to circumvent formatting requirements and page count limitations by including lengthy narratives in such items. Pages shall be numbered starting with the cover page being Page 1, and the last page being Page 10. The page limitation covers all information including indices, photographs, foldouts (counted as 1 page for each 8.5 by 11 portion) tables, charts, appendices, attachments etc. The Government will not consider pages in excess of these limitations. c. Format: Section A: Mentor Company Name & POC Contact Information; Protégé Company Name & POC Contact Information; School Name & POC Contact Information. Respondents are requested to provide a fax number, and an e-mail address with their submissions. Section B: Protégé Company Information - Provide description of the protégé company to include current number of employees, annual revenue, core business, and small business status/eligibility and Cage Code or DUNs number. If applicable, provide protégé's previous participation in the DoD MP Program. Section C: Provide description of mentor's current/past relationship with the protégé and the results/progress of protégé firms mentored by your company. Section D: Provide anticipated approach, description, and timeline of the technology transfer, business development, and infrastructure assistance proposed to be transferred to the protégé. Technology transfer must equate to at least 70% of the total proposed effort. Section E: Provide description and details to include training courses or seminars that will be provided to the Protégés by the Historically Black Colleges and Universities (HBCUs) and Minority Serving Institutions (MSIs), Procurement Technical Assistance Centers (PTACs), or Small Business Development Centers (SBDCs). This section must be a minimum of 5% or greater of the total contract value. Section F: Provide description of the benefits to the DoD/AF from the proposed mentoring and provide the name and phone number of the Air Force Technical Advisor/Champion if available. Section G: Provide anticipated mentor subcontracting to the protégé. Section H: The cost portion of the white paper shall include a single ROM cost estimate for proposed technical and business mentoring efforts. 4. Second Step Proposal Instructions: a. General: The SECOND STEP consists of successful Offerors submitting a technical and cost proposal within 30 calendar days of the proposed request sent by the Contracting Officer. After receipt, proposals will be evaluated in accordance with the award criteria in Section V. Offerors should apply the restrictive notice prescribed in the provision FAR 52.215-1(e) Instructions to Offerors- Competitive Acquisition. Technical/management and cost volumes should be submitted in separate volumes and must be valid for 120 days. Proposals must reference the announcement number BAA 10-01. The cost of preparing proposals in response to the Request for Proposals is not considered an allowable direct cost to any resulting or any other contract; however, it may be allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. Those white papers not selected to submit a proposal will be notified in the same manner with reasoning for non-selection. This invitation does not ensure that the mentor will be awarded a contract. b. Page Limitations: The following describes the page limitations for the proposal submittal: (1) Upon Request for Proposal (RFP), the mentor shall provide an original and 1 copy on CD-ROM in MS Word or PDF format to the AFDW/A7KS address and 3 hard-copies, plus 1 copy on CD-ROM in MS Word or PDF format to the SAF/SB address identified. Proposal shall be limited to pages double-sided, prepared and submitted in MS Word or PDF format. (2) Font shall be 12-point font Arial. (3) Character spacing must be "normal" not condensed in any manner. (4) Pages shall be double-spaced, double-sided, 8.5 by 11 inches, with at least one-inch margins on sides, top and bottom. Lines between text lines must also be 12-point. (5) All text, including text in tables and charts, must adhere to all font size and line spacing requirements listed herein. Font and line spacing requirements do not have to be followed for illustrations, flowcharts, drawings and diagrams. These exceptions shall not be used to circumvent formatting requirements and page count limitations by including lengthy narratives in such items. (6) Pages shall be numbered starting with the cover page being Page 1, and the last page being Page 100. The page limitation covers all information including indices, photographs, foldouts (counted as 1 page for each 8.5 by 11 portion) tables, charts, appendices, attachments, resumes, etc. (7) Due to continuing attempts by numerous Offerors to obtain an unfair advantage by failing to conform to the formatting rules above, the Government will check the proposal for conformance to the stated requirements. Proposals not conforming to the formatting rules will be considered non-responsive. The Government will not consider pages in excess of these limitations. c. VOLUME ONE: Executive Summary (Download all required DoD templates from the DoD Mentor-Protégé Website - http://www.acq.osd.mil/osbp/mentor_protege/downloads/index.htm). Maximum of 15 pages double-sided and a master table of contents of the entire proposal. (1) Briefly identify the mentor, protégé, and the HBCU/MSI, SBDC or PTAC to participate in the agreement, as well as the purpose of the agreement (specifically the type of developmental assistance and technology transfer to be provided). (2) Mentor-Protégé Agreement: Complete required DoD template. Paragraphs 12 through 15 information should be top level only (detailed information will be contained in Volume Two). (3) Mentor Application: Only required for firms not previously approved as a DoD Mentor. If the mentor has not been approved previously, complete required DoD template-http://www.acq.osd.mil/osbp/mentor_protege/downloads/index.htm). If a firm is an approved DoD mentor, include a copy of the DoD or SAF/SB agreement approval letter or a copy of the DoD Website participant mentor page with mentor company name highlighted. (4) Mentor and Protégé Past Performance Information: Identify all past, and active mentor-protégé agreements, and proposed agreements under consideration and identify with what agency. Include information on any formal or informal mentor-protégé experience. b. VOLUME TWO - TECHNICAL VOLUME: Maximum of 25 pages double-sided. Proposals shall be presented in the exact sequence as the technical criteria below and should be constructed so it easily tracks to the Cost Volume - Volume Three. Volume Two, upon award, will be incorporated into the contract and serve as the Statement of Work. (1) Comprehensive Needs Assessment: Demonstrate a comprehensive Protégé needs assessment was performed prior to proposal submittal by summarizing the results of the needs assessment. Example needs assessment templates are available on the Air Force Small Business Programs Office Website - http://www.airforcesmallbiz.org/programs/mptoolbox.php. Variations and modifications to the example templates are acceptable to best reflect the results of the protégé needs assessment. The needs assessment should focus on technology and developmental assistance within the Air Force Priority areas. Color coding, numeric ranking or similar means of priority needs assessment results is recommended and highly encouraged. (2) Technical Approach to Needs Assessment: Identify relevant technologies set forth in Section I and paragraph 1. For business infrastructure and developmental areas using the Tech Approach Outline example, the template is available on the Air Force Small Business Programs Office Website: http://www.airforcesmallbiz.org/programs/mptoolbox.php. Tailor this template to provide a thorough description of the specific approach to address the technology and developmental areas identified in the needs assessment. Describe what, when, and how the assistance will be provided and by whom (e.g., OJT, workshops, seminars, development or update of business plans, HBCU/MSI, PTAC or SBDC). Describe involvement of HBCU/MSI, PTAC and SBDC faculty and interns. (a) Technology transfer must equate to at least 70% of the total proposed effort. (b) The Air Force mandates a minimum 5% requirement of total proposed contract value for HBCU/MSI, PTAC and/or SBDC subcontracting. (c) Include a detailed program milestone project schedule (work breakdown schedule) down to the third level as a minimum delineating the proposed approach. (d) Identification of an Air Force Technical Advisor / Champion is highly desirable. (e) List expected protégé certification requirements, technical skill sets, supplier standards, etc. (3) Subcontracting Opportunities: Identify and provide potential subcontracting opportunities for the protégé from the mentor and other prime contractors as well as prime award opportunities. (4) Team Capability and Program Metrics: (a) Provide an organizational chart to identify the responsible program participants for all team members, including authorized decision makers. Provide names and job titles. This information must include HBCU/MSI/PTAC/SBDC team members. (b) Provide program goals and metrics in tandem with the DoD agreement metrics. These metrics must include, but are not limited to the following: • Planned tasks started on time; planned tasks behind schedule • Planned tasks completed on time; planned completions behind schedule • Development program on/off schedule • The number of certifications completed and in progress • Budget status report • The number of DoD, Federal subcontracts, and other contracts awarded to the Protégé • Status of Return on Investment • Status of Semi-Annual report submission (5) Cost Criteria: Provide adequate and realistic cost or pricing data to support the proposed technical approach. c. VOLUME THREE - COST VOLUME: (1) The cost volume shall be presented using the Excel spreadsheet template found at http://www.airforcesmallbiz.org/programs/mptoolbox.php. The labor categories and task descriptions presented in the template are examples. The actual categories and task descriptions are dependent on the contractor's approach and cost accounting system. The costs shall be presented in Excel format, with formulas, and the spreadsheets shall not be locked. If they are not presented in Excel format, they will be considered non-responsive. Mentors shall provide proposed cost data for each year proposed, not to exceed two (2) years, unless a second option year is pre-approved. Hours and dollar values associated with technology transfer should be 70% of the total proposed labor hours and costs, and must track to each technology and developmental assistance category proposed in Volume Two (Technical Volume). Volume Three shall contain separate specific costs that show which costs are clearly attributable to the 70% transfer of desired technology, and the 30% attributable transfer to business related items. (2) Provide adequate, realistic and auditable support for all labor, travel and incidental costs proposed for both the prime and authorized subcontractors (protégé, HBCU/MSI, PTAC, SBDC). (3) Provide copy of rate approval letter for approved forward pricing rates and identify the cognizant DCAA office. (4) Provide all travel expenses broken out by individual trip with justification. Ensure all mentor protégé/subcontractor travel and conference fee costs related to Post-Award, Program Management Reviews and any other required meetings/conferences/training are included. Travel expenses must be related to protégé training and not marketing. (5) Provide breakout of proposed incidental costs. Incidental costs are limited to 10% of the total proposed cost. The 10% incidental costs must be otherwise allowable, allocable, and reasonable. Incidental costs include all costs other than mentor direct labor, overhead, profit, and G&A costs. Subcontracting to HBCU/MSI, PTAC, or SBDC is not considered part of the 10% incidental costs. (6) Fee or profit will not exceed 5.5% III. BASIS OF AWARD IV. WHITE PAPER REVIEW INFORMATION 1. FIRST STEP - White Paper Evaluation Criteria: The Government will evaluate White Papers to determine which of them have the potential to best meet the Air Force needs based on the following criteria, which is listed in order of importance: (1) Technical transfer approach that meets the Air Force mission requirements (2) Soundness of approach (3) Cost/Price V. SECOND STEP - Proposal Evaluation Criteria: The selection of one or more sources for award will be based on the evaluation of each Offerors' proposal (both technical and cost) to determine the overall merit of the proposal response to the announcement. Proposals will be ranked from highest to lowest based upon the criteria evaluation by the Air Force team. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria in descending order of importance as well as funding availability and successful completion of negotiations. Proposal shall be presented in the exact sequence as the technical criteria below. TECHNICAL CRITERIA A. TECHNICAL APPROACH FOR DEVELOPMENTAL AND TECHNICAL ASSISTANCE: (55%) • Demonstrates a comprehensive Protégé Needs Assessment was per¬formed prior to submittal. The proposal must summarize the results of the needs assessment. The needs assessment should focus on developmental assistance within the identified five Air Force Priority Areas (1. OBJECTIVE) and the following: 1) Creation or expansion of protégé's market/industry niche 2) Enhanced protégé competitiveness 3) Protégé‘s ability to meet the Air Force Warfighter needs in technical areas with a focus on innovative state of the art technology transfer 4) Identification of potential or existing competitors • Identifies relevant technologies. Provide a thorough description of the specific approach to satisfy the developmental needs of the identified protégé. Describe what, when, where, and how assistance will be provided and by whom (e.g., OJT, workshops, seminars, development or update of business plans, HBCU/MSI, PTAC or SBDC). To meet or exceed the AF M-P 5% HBCU/MSI subcontracting requirement, the following apply (if using a PTAC and/or SBDC provide similar information): 1) Describes involvement of HBCU/MSI facilities, faculty and interns. Identify how the use of the HBCU/MSI will be accomplished. Mentor must state total proposed dollars to HBCU/MSI in the text of the proposal. 2) Identifies how HBCU/MSI, PTAC, or SBDC activities relevant to technology are tailored to protégé needs (e.g., course development, student interns, workshops, seminars). • Outlines how proposed developmental assistance will impact the protégé's competitiveness both short (3 years) and long (10 years) term. • Includes a milestone program schedule detailing the proposed approach. Top level schedules with little or no detail will result in a significantly lower rating. • Identifies relevancy to AF programs Priorities areas and their identified technical categories. If available, identify AF technical advisor. • Identifies how the proposed approach will benefit the protégé (e.g., expected protégé certification requirements, technical skill sets, etc.) and enable the protégé to enhance a technological competitive advantage. B. SUBCONTRACTING OPPORTUNITIES: (10%) a. Offeror will identify potential protégé prime and subcontract awards exceeding four (4) times the value of the mentor's proposed program cost. 1) Quantifies protégé subcontracting opportunities within existing and future mentor contracts, and commercial contracts. Identifies existing mentor contracts by contract number and provides the following information for each contract: (1) Customer (2) Type of contract (3) Period of performance (4) Estimated dollars anticipated for the protégé. 2) Quantifies other prime contractor subcontract opportunities. If known, identifies existing other prime contracts by contract number and provide the following information for each contract: (1) Customer (2) Type of contract (3) Period of performance (4) Estimated dollars anticipated for the protégé. 3) Quantifies potential protégé prime awards. If known, identify: (1) Customer (2) Type of work (3) Period of performance (4) Estimated dollars. C. TEAM CAPABILITY AND PROGRAM METRICS: (10%) • Identifies the responsible program participants for all team members, including authorized decision makers. Provide names, job titles, and job description, and any prior experience relevant to the M-P program. This information must include HBCU/MSI/PTAC/SBDC team members. • Describes in detail how the team will interact, resolve problems and conflicts, and adapt to program need changes. • Identifies program goals and metrics to measure program goals in tandem with the DoD agreement metrics. These metrics may include but are not limited to the following: 1) Planned tasks started on time; planned tasks behind schedule 2) Planned tasks completed on time; planned completions behind schedule 3) Development program on/off schedule 4) The number of certifications completed and in progress 5) Budget status report 6) The number of DoD prime/sub contracts, Federal subcontracts, other contracts awarded to Protégé 7) Status of Return on Investment http://www.airforcesmallbiz.org/programs/mptoolbox.php 8) Status of Semi-Annual report submission D. COST CRITERIA: (20%) - Cost includes reasonableness and realism of the proposed cost and fee and consideration of proposed budgets and funding profiles. Cost is a substantial factor, but ranked as the second order of priority. • Is realistic for work to be performed • Reflects clear understanding of the requirements • Is consistent with the performance of work described in the Offerors' technical proposal E. Relevant Past Performance (5%) - • Relevant contracts in demonstrating ability to perform the proposed effort • Offerors' subcontractors, teaming partners, and/or joint partners proposed to perform 5% or more of proposed effort to ensure overall successful performance • Past performance as Mentor or Protégé in DoD Mentor protégé program. Place of Performance: Secretary of the Air Force, Small Business Washington, District of Columbia 20032 United States Contracting Office Address: AFDW/A7KS 2822 Doherty Dr. SW, Suite 310 Bldg 94, PSC 341 Anacostia Annex D.C 20373 Primary Point of Contact: Capt Andrew Nordin CONTRACTING OFFICER Andrew.nordin@afncr.af.mil Phone: (202) 767-7938 Fax: (202) 767-7814
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/BAA10-01/listing.html)
 
Place of Performance
Address: Secretary of the Air Force, Small Business, Washington, District of Columbia 20032, United States, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN02143622-W 20100509/100507234626-216ac8046cf17e20d5f30a8aaeb14ac2 (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.