SOLICITATION NOTICE
R -- Advisary and Assistance Services
- Notice Date
- 5/21/2010
- 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
- FA8520-10-R-22448
- Archive Date
- 6/19/2010
- Point of Contact
- John W Middlebrooks, Phone: (478) 327-4341, Jacquelyn D Howard, Phone: (478)926-9175
- E-Mail Address
-
john.middlebrooks2@robins.af.mil, jacquelyn.howard@robins.af.mil
(john.middlebrooks2@robins.af.mil, jacquelyn.howard@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The government anticipates issuing a bridge contract for Advisory and Assistance Services (A&AS) in support of the 575 CBSS/GBLA, to meet Department of Defense (DoD) and Foreign Military Sales (FMS) customer requirements in the areas of Program Management, Logistics, Engineering, Configuration Management, Financial Management, Item Management, Contract Administration, and Office Management for the AMRAAM Weapon System. The AMRAAM weapon system includes, but is not limited to: the AIM-120 tactical missile, Missile Rail Launchers (MRL), Captive Air Training Missile (CATM), Missile BIT Test Set (MBTS), Common Field-Level Memory Reprogramming Equipment (CFMRE), Warhead Replacement Tactical Telemetry Missile (WRTTM), missile containers and handling equipment. Thorough knowledge and experience with the AIM-120 Weapons System and associated automated systems which are used to enter and extract data is required in order to complete many of the PWS tasks. The incumbent contractor performing this task is Chenega Corporation, Cage: 1Y7N7, Norfolk, VA. This action is to allow sufficient time to compete the follow on long term acquisition and provide a seamless transition. This is a limited source procurement per USC 2304(c)(1). The current contract's periods of performance for the task orders providing support for all the Missiles and Armament Flight are expiring at different times. Bridge contracts will be issued only as necessary for the shortest period possible to fulfill the requirement. The solicitation will be issue by 782 CBSG/GBKAA (Contracting), 460 Richard Ray Blvd, Robins AFB, GA 31098-1813 with an estimated release date of 4 Jun 2010 and a response date of 15 days after issuance. The proposed contracting action is for a "C" type contract vehicle with basic period of 3 months and three additional 1-month options. The proposed contract line items include: Firm-Fixed-Price (FFP) Manpower Support Services (on-site and off-site); Cost Reimbursement Travel (CONUS and OCONUS); Cost Reimbursement Materials; and FFP Data. Subject Solicitation will be made available through this website. The period of performance is to start in 1 Jun 2010. 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 26. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Note B: All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. When appropriate, potential offerors may contact Ombudsman Crystal Hollifield, Chief, Contract Policy Division, at 478-222-1089, Fax (478) 222-1121, e-mail Crystal.Hollifield@robins.af.mil. Please be prepared to identify previous contacts made by you in an attempt to resolve your concern
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8520-10-R-22448/listing.html)
- Place of Performance
- Address: Robins AFB, Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN02156709-W 20100523/100521235218-33ff52e7cee8c04ed3c88e17a52dbfd9 (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 |