Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2011 FBO #3387
SOLICITATION NOTICE

B -- Conceptual Security System Design - Draft PWS

Notice Date
3/2/2011
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-10-R-0007CSSD
 
Point of Contact
Katie S. Hoffmann, Phone: 6182569842, Keri A Lindsco, Phone: 618.256.9948
 
E-Mail Address
katie.hoffmann@us.af.mil, keri.lindsco@us.af.mil
(katie.hoffmann@us.af.mil, keri.lindsco@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Draft PWS The Headquarters Air Mobility Command (HQ AMC) Specialized Contracting Branch will issue solicitation Request for Proposal (RFP) FA4452-10-R-0007 on or about 18 March 2011 for support of the AMC Conceptual Security System Design (CSSD) at various AMC installations. Contractor shall provide a CSSD for the identified AMC installations developed utilizing accepted engineering practices. The purpose of this initiative is to complete a technical study and analysis of the current physical security system in relation to identified risks and then develop a recommended CSSD. Contractor shall develop CSSDs to reduce current risk levels at installations using data collected at each installation. CSSDs are required for the following installations: Scott AFB, IL; Travis AFB, CA; Fairchild AFB, WA; Joint Base Charleston, SC (Charleston AFB and Naval Weapons Station); Grand Forks AFB, ND; Little Rock AFB, AR; and MacDill AFB, FL. The government anticipates funding CSSDs for three bases during the base period, three bases during the first option period, and two bases during the final option period contingent upon funding availability. This acquisition will be conducted utilizing the Performance Price Trade Off (PPT) technique in accordance with Federal Acquisition Regulation (FAR) Subpart 15.101-1, using Informational Guide 5315.101-1 Approach #1 (evaluate technical, rank by price, assess performance for all offerors) to evaluate offers submitted in response to the RFP. The contract type for resultant contract will be a Requirements contract with a Firm-Fixed Price (FFP) service CLIN and a Cost-Reimbursable travel CLIN. Solicitation FA4452-10-R-0007 will be a competitive Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) code to be used for this procurement is 541690, Other Scientific and Technical Consulting Services, with a small business size standard of $7 million. The RFP and subsequent contract will include FAR clauses 52.212-3, Offeror Representations and Certification-Commercial Items, 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, and 52.219-14, Limitations On Subcontracting. The period of performance is as follows: Base Period: 1 Jun 11 - 31 May 12 Option Period One: 1 Jun 12 - 31 May 13 Option Period Two: 1 Jun 13 - 31 May 14 The total performance period is 36 months. The anticipated award date is 31 May 11. Attached is a draft Performance Work Statement (PWS) which is anticipated to be posted with the RFP. HQ AMC/A7KQC is interested in receiving industry comments regarding the draft PWS for potential incorporation into the RFP. Please keep all comments clear and concise. Submit questions/comments electronically to the Contract Specialist no later than 4:00 PM CST, 10 March 2011. All questions shall be directed to Ms. Katie Hoffmann, Contract Specialist, at 618-256-9842 or katie.hoffmann@us.af.mil or Ms. Keri Lindsco, Contracting Officer, at 618-256-9948 or keri.lindsco@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-10-R-0007CSSD/listing.html)
 
Place of Performance
Address: CSSDs are required for the following installations: Scott AFB, IL; Travis AFB, CA; Fairchild AFB, WA; Joint Base Charleston, SC (Charleston AFB and Naval Weapons Station); Grand Forks AFB, ND; Little Rock AFB, AR; and MacDill AFB, FL., United States
 
Record
SN02391952-W 20110304/110302234834-4096a9407132ba32bba46baa8bb00ab4 (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.