SOLICITATION NOTICE
A -- 711 Human Performance Wing (HPW) Mission Support Professional Services - Draft RFP/Solicitation
- Notice Date
- 7/31/2013
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RQK - WPAFB, AFRL/RQK, 2310 Eighth Street, Building 167, Wright-Patterson AFB, Ohio, 45433-7801, United States
- ZIP Code
- 45433-7801
- Solicitation Number
- FA8650-13-R-4017
- Archive Date
- 12/31/2013
- Point of Contact
- Kelly Ashworth, Phone: (937) 656-9034, Kimberly S. Horner, Phone: (937) 656-9027
- E-Mail Address
-
Kelly.Ashworth@wpafb.af.mil, kimberly.horner@wpafb.af.mil
(Kelly.Ashworth@wpafb.af.mil, kimberly.horner@wpafb.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Section M Draft RFP Extended Pricing Worksheet Contractor Data Sheets Format Examples Client Authorization Letter Consent Letter PPQ PPI Sheet PPI Summary Historical Labor Categories Section L Draft RFP Draft RFP THIS IS NOT A REQUEST FOR COMPETETIVE PROPOSALS. This is a combined presolicitation, draft Request for Proposal and industry day notification. The draft solicitation was prepared in accordance with FAR Part 15. The contracts shall serve as a vehicle to provide qualified professional support for the 711 HPW at all locations supported by this Wing, which include Wright-Patterson AFB, OH, Lackland AFB, TX, Ft. Sam Houston Army Post, TX, and multiple geographically separated units. This work will also support the Naval Medical Research Unit-Dayton (NAMRU-D) co-located with the 711 HPW, components of the AFRL Headquarters Plan and Programs office (XP), and the AF Special Operations Command. The effort includes professional services to include both non-personal and personal services, to include Advisory & Assistance Services (A&AS) and Non- Advisory & Assistance Services (non-A&AS). In rendering these services, outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, recommendations, reports, training and/or service to complement the Government's technical expertise in accomplishing its mission. The contractor shall recruit, qualify, train, place, manage and retain personnel to perform support as prescribed in the Performance Work Statement (PWS). This will be an IDIQ contract. The Government anticipates three to six awards. The proposed contract is for a base year with four one-year options. The applicable North American Industry Classification System (NAICS) code for this acquisition is 541990 with a small business size standard of $14M. This requirement is set-aside for 8(a) firms. This will be a Fixed Price type contract. The anticipated program ceiling for this acquisition is between $50 and $100 million. Notes: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add or update its ORCA record. Industry Day is for the purpose of exchanging information openly between the Government and Industry. Areas covered will include a description of critical requirements, presentation of the source selection process and a question and answer session. The Industry Day is scheduled for Wednesday, 14 August 2013 from 9:00 am to 4:00 pm. An agenda will be provided at the conference. The 711th HPW Industry Day will be held at Wright-Patterson AFB, Ohio, Area B, 2950 Hobson Way, Building 640 (AFIT), Bane Auditorium. Attendees are required to register via email or phone to the Program Manager, Ruth Rutledge: Ruth.Rutledge@wpafb.af.mil, 937-938-3131, not later than 12 Aug 13, 2:00 pm EST. Limit three (3) attendees per firm. The Government is not responsible for making any travel and/or lodging arrangements. The RFP for this acquisition will be posted on or about 17 Nov 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLWRS/FA8650-13-R-4017/listing.html)
- Place of Performance
- Address: Wright-Patterson AFB, OH, Lackland AFB, TX, Sam Houston Army Post, TX and multiple geographically separated units, United States
- Record
- SN03132612-W 20130802/130731235450-b0e62194e1145a6ae688f400ab22c81f (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 |