Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOLICITATION NOTICE

J -- Precision Measurement Equipment Laboratory (PMEL) Services

Notice Date
3/22/2012
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-12-R-0016
 
Point of Contact
Lee Mutschler, Phone: 6182569910, Jennifer L. Gasparich, Phone: 6182569978
 
E-Mail Address
lee.mutschler@us.af.mil, jennifer.gasparich@us.af.mil
(lee.mutschler@us.af.mil, jennifer.gasparich@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Air Force Air Mobility Command (AMC) will issue a solicitation Request of Proposal (RFP) FA4452-12-R-0016 on or about 17 May 2012 for Precision Measurement Equipment Laboratory (PMEL) services utilizing the Federal Business Opportunities (FBO) website. This requirement will provide PMEL services at the following seven CONUS AMC bases: Joint Base Andrews MD, Dover AFB DE, Scott AFB IL, Fairchild AFB WA, Grand Forks AFB ND, MacDill AFB FL, and McConnell AFB KS. The PMEL services requirement consists of the following areas: advanced electrical, electronics, electromechanical, mechanical, physics, optics, and thermal principles; mathematics and number systems; operating principles of complex and intricate Test, Measurement, and Diagnostic Equipment (TMDE) and laboratory standards; interpreting block, schematic, wiring and logic diagrams and technical data; troubleshooting techniques; calibration traceability, metrology techniques, laboratory practices, and planning; microprocessors; computer operational principles, language, and software; and use, care for, and repair of complex and intricate TMDE, laboratory standards, hand tools, and special tools. This is a competitive best value source selection using tradeoff process IAW FAR 15.101-1 and DFARS 215.3. The government will utilize performance/price tradeoff technique IAW AFFARS 5315.3 documented at MP 5315 AFFARS Library/Section M Templates/Approach #3 - Evaluate Technical, Rank by Price, Assess Performance until Proposal rated Substantial Confidence or all offers are evaluated. This technique is a simplified method that permits a tradeoff between price and performance in reaching the contract award decision. The government will award a contract resulting from this RFP to the contractor whose offer conforms to the RFP requirements, is considered technically acceptable, and provides the best value to the government. If the technically acceptable offer with the lowest evaluated price does not receive a "Substantial Confidence" performance confidence assessment rating, the next lowest priced offer will be evaluated for a "Substantial Confidence" performance confidence assessment. The evaluation process will continue until an offer that is technically acceptable receives a performance confidence assessment rating of "Substantial Confidence" or all offers are evaluated. At this point, the evaluation is complete and the SSA proceeds to the integrated best value assessment of the evaluated offerors. This requirement will be a competitive set aside for 8(a) small businesses utilizing NAICS Code 811219 as it is anticipated that offers will be received from two or more 8(a) small businesses. The anticipated period of performance is as follows: Transition/Phase-In Period 1 Jan 13 - 31 Jan 13 Base Period 1 Feb 13 - 30 Sep 13 Option Period 1 1 Oct 13 - 30 Sep 14 Option Period 2 1 Oct 14 - 30 Sep 15 Option Period 3 1 Oct 15 - 30 Sep 16 Option Period 4 1 Oct 16 - 30 Sep 17 Total anticipated performance is 57 months. The anticipated award date is 20 December 2012. All questions must be directed to Mr. Lee Mutschler at 618-256-9110 or lee.mutschler@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-12-R-0016/listing.html)
 
Place of Performance
Address: Joint Base Andrews MD, Dover AFB DE, Scott AFB IL, Fairchild AFB WA, Grand Forks AFB ND, MacDill AFB FL, and McConnell AFB KS, United States
 
Record
SN02703585-W 20120324/120322235509-4a6ddfcabe55b8db4e59261409959714 (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.