Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
MODIFICATION

R -- Royal Saudi Air Force (RSAF) F15 Aircraft Structural Integrity Program (ASIP)

Notice Date
8/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering 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
F8505-12-R-32670
 
Archive Date
7/14/2012
 
Point of Contact
Glacia A Holbert, Phone: 4789265499, Garett R. Nelson, Phone: (478) 926-7001
 
E-Mail Address
glacia.holbert@robins.af.mil, Garett.Nelson@robins.af.mil
(glacia.holbert@robins.af.mil, Garett.Nelson@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation posted with additional attachments for Boeing Corporation. FA8505-12-R-32670, Aircraft Structure Integrity Program, (ASIP), Request for Proposal (RFP) for Definitive Contract 1. Request Boeing provides a complete, fully substantiated proposal, in accordance with FAR 15.408, Table 15-2, and the attached Performance-based Work Statement (PWS). A contract consisting of Firm-Fixed-Price and Cost-Reimbursement No Fee is anticipated. This effort is for requirements associated with the Aircraft Structure Integrity Program, (ASIP). The PWS and Contract Data Requirements Lists (CDRLs) are provided for your use in building your proposal. 2. The subject effort is expected to be a negotiated action that does not meet one of the exceptions for providing Cost or Pricing Data under the Truth in Negotiations Act and exceeds the $700,000 threshold. Therefore, Certified Cost or Pricing Data must be submitted in accordance with FAR 15.403-5, including FAR Table 15-2. In order to ensure initial submission of a fully compliant and adequate proposal, and subsequently avoid any delays associated with proposal inadequacies and excessive proposal preparation costs, the attached "Proposal Adequacy Checklist" must be filled out and provided with your proposal. If there are major non-compliances with the attached checklist, your entire proposal may be returned and you will be expected to provide a revised, adequate proposal within 30 days. Minor noncompliances will require immediate correction in order to proceed with proposal evaluation and negotiations. Be advised that proposal inadequacies will be considered in profit negotiations. 3. Funding for this acquisition is in the WR-ALC/GRMIA projected budget. Boeing is cautioned that until a contract is issued, any effort performed in support of the ASIP contract is strictly at your own risk and expense. Request that the proposal be received not later than COB 21 SEPT 2012 in order to preclude any break in coverage. 4. If you have any questions, please direct all contractual correspondence to Glacia Holbert, WR-ALC/GRMKA, 478-926-5499, email glacia.holbert@robins.af.mil, or the undersigned at WR-ALC/GRWKA, 478-926-6257, email garett.nelson@robins.af.mil. Program concerns should be directed to Ms. Angela Burks, WR-ALC/GRMIA, 478-327-3068, or email angela.burks@robins.af.mil. Garett R. Nelson Contracting Officer This synopsis is to announce that the Warner Robins Air Logistics Center (ALC), Robins AFB, GA, intends to solicit and negotiate, on a sole source basis, services to perform sustainment, logistics, and associated management support of the RSAF F15 Aircraft Structural Integrity (ASIP) program for the Air Force. The Government intends to solicit The Boeing Company, 6200 Mc Donnell Blvd, St Louis, MO 63134 (Cage Code: 76301), LB for the services described herein. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1). The Government does not own or possess rights to re-procurement of data to facilitate competitive procurement of the instant sustainment services from any other source. This contract is anticipated to be awarded as a Definitive Type contract with provisions for Firm Fixed Price, and Cost reimbursable Line Items (CLINs). The approximate award date is 01 Nov 2012. A solicitation number FA8505-12-R-32670 will be issued on or about 02 July 2012. This proposed repair contract is for a 1 year basic with 4 year Options. This synopsis is NOT to be construed as a commitment by the Government or as a Request for Proposals. Interested parties may identify their interest and capability by submitting a Statement of Capabilities to Mr. Garett Nelson at Garett.Nelson@robins.af.mil. A determination by the Government whether or not to compete the instant contract based upon an assessment of 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 or not to conduct a competitive procurement. An Ombudsman has been appointed to address concerns from offerors or potential offerors not sufficiently addressed by the Contracting Officer. The Ombudsman does not diminish the authority of the Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation or selection process. Interested parties are invited to call the WR Air Logistics Center Ombudsman, Ms. Kim McDonald, WRALC/PKC, at (478) 222-1088. DO NOT CALL THIS NUMBER FOR SOLICITATION/ INFORMATION REQUESTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F8505-12-R-32670/listing.html)
 
Place of Performance
Address: The Boeing Company, St Louis, Missouri, 63134, United States
Zip Code: 63134
 
Record
SN02848338-W 20120823/120822000017-4b4cc7521e011f311b5281f3fa99a9fe (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.