Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2012 FBO #3998
SOLICITATION NOTICE

R -- National Technical Nuclear Forensics (NTNF) Support

Notice Date
11/2/2012
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-12-R-0005
 
Archive Date
12/2/2012
 
Point of Contact
Janice E. Heaton, , Michelle Raines,
 
E-Mail Address
janice.heaton@us.af.mil, michelle.raines@us.af.mil
(janice.heaton@us.af.mil, michelle.raines@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis for a full and open competitive services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THE WEBSITE. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The Air Force Intelligence, Surveillance and Reconnaissance Agency (AF ISR Agency) has been tasked to solicit for and award a project for the National Technical Nuclear Forensics (NTNF) Support. The contractor shall provide (1) NTNF support; (2) consultant and expert panel support; and (3) program and administrative support. Specific tasks include: (1) The contractor shall possess operational knowledge in the field of nuclear analysis as it relates to the NTNF and AFTAC. (2) The contractor shall possess Department of Defense (DoD) knowledge exercise and operational expertise. (3) The contractor shall provide support on nuclear matters for NTNF and AFTAC. (4) The contractor shall provide expert panel support. (5) The contractor shall provide a Program Manager responsible for the contractor’s performance of the work. (6) The contractor shall provide any necessary administrative and technical writing support to meet the requirements of tasks. SECURITY REQUIREMENT: Company must have a valid Top Secret clearance with valid DCID 6/4 date for Sensitive Compartmented Information (SCI) access on the first day of all task order awards. This acquisition will be conducted on an unrestricted basis, without set-aside. The applicable North American Industry Classification System (NAICS) code is 541990 All Other Professional, Scientific, and Technical Services and the size standard is $14M. The RFP will be available electronically on this website only. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for Mar 2013. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of 54 months. It is anticipated that the contract will be awarded using Firm Fixed Price (FFP) for operation and maintenance (O&M) CLINs with cost reimbursement line items for travel. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see https://www.bpn.gov/ccr/default.aspx). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a Large Business based on the size standard above. The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the AF ISR Agency ombudsman, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-4504, fax: 210-977-6414, e-mail: veronica.solis@lackland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b21c0b2f6ac95fe74ae6b64e356f7c1)
 
Place of Performance
Address: Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02923736-W 20121104/121102234047-5b21c0b2f6ac95fe74ae6b64e356f7c1 (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.