Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2012 FBO #3863
MODIFICATION

N -- Canopy Install and RAPCON Relocation - Solicitation 1

Notice Date
6/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CONS, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-12-R-0035
 
Response Due
6/29/2012 11:59:00 PM
 
Point of Contact
Amy K. Byars, Phone: 405-734-7368, Elizabeth C. Fanning, Phone: 405-734-7369
 
E-Mail Address
amy.byars@tinker.af.mil, elizabeth.fanning@tinker.af.mil
(amy.byars@tinker.af.mil, elizabeth.fanning@tinker.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Review Comments Backup Radio FE ATCT Equipment Room 5th Floor RAPCON Relocation CDRLS RAPCON Relocation Drawings RAPCON Relocation SOO Canopy CDRLS Canopy Install Drawings Canopy Install Statement of Objectives (SOO) Solicitation for Osan Canopy Installation and RAPCON Relocation 38 CONS/LGCA intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 and 6.302-5(b)(6). The solicitation is for the Air Traffic Control and Landing Systems work described herein. A new Radar Approach Control (RAPCON) facility is under construction at Osan AB ROK. The National Airspace System (NAS) has scheduled upgrading of their Air Traffic Control facilities with Standard Terminal Automation Replacement System (STARS) at Osan AB ROK. The requirement is for the replacement of the Operations Room Canopy Equipment Structures, to accomplish the peripheral installation support, and the relocation of existing RAPCON Communications equipment. 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 thirty days 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. The North American Industry Classification System (NAICS) code proposed for the requirement is 517110. The size standard for NAICS 517110 is 1500 employees. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit, at the time of RFP closing, along with their technical and pricing proposal, a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Award will be made using Lowest Price Technically Acceptable in accordance with FAR Par 15. A solicitation will be electronically posted on or about 20 Jun 2012. All notices and any/all amendments will be posted and available for viewing on this site (www.fbo.gov). It is the responsibility of interested parties to review this site frequently for the posting of any updates/amendments to the solicitation. No telephone calls or written requests for this solicitation package will be accepted. All questions or comments should be directed electronically to the POCs listed above; no other format will be considered or accepted. All information pertaining to this acquisition, including technical questions and answers shall be provided to the Contracting Officer ONLY to ensure equal distribution of information to interested parties. All prospective offerors interested in submitting proposals must have a Commercial and Government Entity (CAGE) code and must be registered with Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 in order to receive award. CCR can be obtained at www.ccr.gov. Additionally, all offerors must complete the registration package on the Federal Business Opportunities website, which places them on the solicitation source list. Foreign participation is permitted only at the subcontractor level. Copies of the solicitation will be provided to foreign firms only in order that they may pursue subcontracting opportunities. An AFSPC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The MAJCOM Ombudsman is the AFSPC/A7K and can be contacted at: 150 Vandenberg Street, Peterson AFB CO 80914, Telephone 719-554-5299; E-mail: A7K.wf@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f907046e0b8791aba45cfaf9671595ab)
 
Place of Performance
Address: OSAN AB ROK, Korea, Republic of
 
Record
SN02780619-W 20120622/120620235118-f907046e0b8791aba45cfaf9671595ab (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.