SOLICITATION NOTICE
R -- Materials Technology Support (MTS)
- Notice Date
- 11/2/2012
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering 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-0004
- Archive Date
- 12/4/2012
- Point of Contact
- Charlotte Simon, Phone: 3214948621, Michelle Raines, Phone: 3214947320
- E-Mail Address
-
charlotte.simon2@patrick.af.mil, michelle.raines@us.af.mil
(charlotte.simon2@patrick.af.mil, michelle.raines@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a synopsis for a competitive, Small Business Set-Aside (SBSA) services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). 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 (AFISRA) has been tasked to solicit for, and award a contract for the Materials Technology Support (MTS) acquisition. The type of work required includes (1) radiation safety support; (2) radio-chemistry laboratory support; (3) simulation, modeling, and system integration support; and (4) program and administrative support. Specific tasks include: (1) The contractor shall provide support and health physics expertise to the Air Force Technical Applications Center (AFTAC) radiation safety program. (2) The contractor shall provide support to AFTAC's radio-chemistry laboratory. (3) The contractor shall provide simulation and modeling support. (4) The contractor shall provide support services for the integration of advanced technology sensor systems in various field test deployments, joint military exercises or demonstrations. (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 TOP SECRET clearance with valid DCID 6/4 date for Sensitive Compartmented Information (SCI) access on the first day of all task order awards. Overarching security requirements will be specified in the DD Form 254, Department of Defense Security Classification attached to the contract. This acquisition will be conducted on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 541330 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 a cost reimbursement line item for travel. Potential contractors must be registered in the Central Contractor Registry (CCR) 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/12d263d9cae60731b6fd4603342918ed)
- Place of Performance
- Address: 1030 South Highway A1A, Bldg 989, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN02923784-W 20121104/121102234112-12d263d9cae60731b6fd4603342918ed (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 |