Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2011 FBO #3333
MODIFICATION

P -- Range Residue Removal (R3) Services - Solicitation 1

Notice Date
1/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ ACC, 130 Douglas St., Suite 210, Langley AFB, Virginia, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
FA489-11-R-0004
 
Response Due
2/10/2011 4:30:00 PM
 
Point of Contact
Holly D. Prinzel, Phone: 7572257715, M. Joy de Lande, Phone: 757-764-9358
 
E-Mail Address
holly.prinzel@langley.af.mil, joy.delande@langley.af.mil
(holly.prinzel@langley.af.mil, joy.delande@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Section L - Atch 4 PPQ Cover Letter Section L - Atch 3 PPQ Section L - Atch 2 Subcontractor Consent Letter Section L - Atch 1 PPI Sheet USAF EOD Range Clearance Operations CLIN Pricing Schedule WD 2005-2141 Townsend WD 2005-2351 Warren Grove WD 2005-2213 Smokey Hill WD 2005-2301 Shelby WD 2005-2037 Razorback WD 2005-2521 McMullen WD 2005-2193 Jefferson WD 2005-2577 Hardwood WD 2005-2271 Grayling WD 2005-2307 Cannon WD 2005-2447 Bollen WD 2005-2223 Atterbury WD 2005-2083 Airburst WD 2005-2383 Adirondack WD 2005-2017 Eielson WD 2005-2517 Melrose WD 2005-2531 Utah Test WD 2005-2475 Poinsett WD 2005-2159 Saylor Creek WD 2005-2511 Centennial, Oscura, Red Rio WD 2005-2131 Grand Bay WD 2005-2393 Dare County WD 2005-2125 Avon Park R3 PWS dtd 20Dec10 FA4890-11-R-0004 RFP The Air Combat Command Acquisition Management and Integration Center (ACC AMIC), Langley Air Force Base, Virginia, hereby publicizes solicitation FA4890-11-R-0004 for non-personal range residue removal (R3) services to provide inspection, demilitarization (demil) and disposal of all range and munitions debris at US Air Force training ranges throughout the continental US and Alaska. The places of performance for R3 support will be at Moody, Seymour Johnson, Holloman, Mountain Home, Shaw and Hill AFBs. Additional performance may be required at the 14 Air National Guard (ANG) ranges and the other AF MAJCOM ranges at AFSOC and PACAF. This acquisition is set-aside 100% for Small Business IAW FAR 19.502-2. The period of performance will cover a one-year base period with four, one-year options. A single Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract will result from the solicitation utilizing the Performance-Price Trade-off (PPT) source selection procedures. The date for receipt of proposals is as reflected in Section L-6.3.3 of the RFP. The anticipated award date is on or about 1 May 2011. The Government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documentation will not be made available. Solicitation, amendments and other miscellaneous documents will be posted to the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. It is the responsibility of each offeror to review the website for notice of amendments, updates or changes to current information. Contact with government personnel, other than the ACC AMIC Contract Manager and/or Contracting Officer listed below, by a potential offeror or their employees' regarding this project is strictly prohibited. In order to be eligible for award, registration under the correct North American Industry Classification System (NAICS) code in the Central Contractor Registration (CCR) database is required. To register, go to http://www.ccr.gov. The applicable NAICS code for this solicitation is 562910 - Remediation Services with small business size standard of 500 employees for Environmental Remediation Services. The Final RFP and related attachments have been attached and posted along with this Notice. All email correspondence must be submitted to the following email address: pkcr3.recompete@langley.af.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-12-02 09:53:16">Dec 02, 2010 9:53 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-01-07 07:50:03">Jan 07, 2011 7:50 am Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/HQACC/FA489-11-R-0004/listing.html)
 
Place of Performance
Address: Multiple Ranges Used by teh US Air Force throughout the Continental US and Alaska, United States
 
Record
SN02356881-W 20110109/110107234654-6f81648944b63992977cd95ec37b5191 (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.