SOLICITATION NOTICE
D -- Air Carrier Analysis Support (ACAS) - Draft PWS
- Notice Date
- 8/28/2013
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- FA4452-13-R-0007
- Point of Contact
- Katie S. Hoffmann, Phone: 6182569968, Jennifer L. Gasparich, Phone: 618.256.9978
- E-Mail Address
-
katie.hoffmann@us.af.mil, jennifer.gasparich@us.af.mil
(katie.hoffmann@us.af.mil, jennifer.gasparich@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ACAS Draft PWS This is a synopsis of proposed contract action FA4452-13-R-0007. This is not a solicitation or invitation for offerors to submit proposals. Please note that all dates listed in this synopsis are tentative and are subject to change. Headquarters Air Mobility Command (HQ AMC) Specialized Contracting Branch (A7KQ) intends to issue a formal Request for Proposal (RFP) for Air Carrier Analysis Support (ACAS) services. The Government intends to issue the RFP on or around 17 Sep 13. This acquisition will be for Full and Open Competition utilizing North American Industry Classification (NAICS) code of 541511, Custom Computer Programming Services, with a size standard of $25.5M. This is a competitive best value source selection using tradeoff process in accordance with FAR 15.101-1 and DFARS 215.3. The performance/price tradeoff technique will be used in which past performance is substantially more important than price (MP 5315 AFFARS Library/Approach #1 - Evaluate Technical, Rank by Price and Assess Performance). This technique is a simplified method that permits a tradeoff between past performance and price in reaching the contract award decision. The Government seeks to award a contract resulting from this RFP to the offeror whose proposal conforms to the RFP requirements, is considered technically acceptable, and will provide the best value to the Government considering past performance and price. This may result in an award to a contractor with a higher past performance assessment rating and a higher price where the decision is consistent with the evaluation factors. Subjective judgment on behalf of the Government is inherent in making a best value decision. The planned period of performance is as follows: Base Period: 1 Feb 14 - 30 Sep 14 Option Period 1: 1 Oct 14 - 30 Sep 15 Option Period 2: 1 Oct 15 - 30 Sep 16 Option Period 3: 1 Oct 16 - 30 Sep 17 Option Period 4: 1 Oct 17 - 30 Sep 18
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-13-R-0007/listing.html)
- Place of Performance
- Address: Please see attached draft PWS., United States
- Record
- SN03166291-W 20130830/130829000417-de6a026cc2edebf9267342cfc41a8963 (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 |