Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2014 FBO #4717
SOLICITATION NOTICE

R -- Airborne Weather Surveillance

Notice Date
10/22/2014
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-14-R-1000
 
Point of Contact
Tammy G Davis, Phone: 321-476-4028, Elizabeth C. Griffith, Phone: 321-476-4020
 
E-Mail Address
tammy.davis@us.af.mil, elizabeth.griffith@us.af.mil
(tammy.davis@us.af.mil, elizabeth.griffith@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a synopsis for a commercial acquisition using simplified acquisition procedures (Reference FAR Parts 12 and 13). THIS IS A SYNOPSIS AS REQUIRED BY FAR PART 5.2 - THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSAL UNTIL THE RFP IS POSTED TO THIS WEBSITE. The 45th Contracting Squadron, Patrick AFB, FL announces the anticipated release of solicitation, FA2521-14-R-1000, Airborne Weather Surveillance (AWS) for the 45th Space Wing at Cape Canaveral Air Force Station (CCAFS). No proposals are being requested or accepted with this synopsis. This synopsis is not to be construed as a commitment by the Government nor will the Government pay for information solicited. The contractor shall provide all labor, material, equipment, transportation and supervision necessary to provide Airborne Weather Surveillance at Cape Canaveral Air Force Station (CCAFS), Florida. Services will include real-time airborne day and night weather surveillance support of the airspace in the vicinity of CCAFS during scheduled launch operations from the Eastern Range (ER). Contract services provide real-time observation and reporting of weather phenomena and parameters to help the Launch Weather Team (LWT) determine the likelihood of natural and/or triggered lightning. The contractor will provide direct observation and interpretation of real time weather conditions in and around the ER to help the LWT evaluate meteorological phenomena associated with the launch commit criteria (LCC). The frequency of thunderstorms (natural lightning) varies greatly between summer and winter months. However, triggered lightning (lightning caused by the launch vehicle interacting with specific environmental or atmospheric conditions) remains a concern year round. Weather LCC has been established to reduce the risk of harm to launch vehicles from natural and triggered lightning and enhance overall safety of launch operations on the ER. For all launches from CCAFS (government and commercial), the contractor will place the associated weather surveillance aircraft on standby within 50 miles driving distance from CCAFS for access as necessary by government representatives not later than three hours prior to the beginning of the launch window. The aircraft shall be properly fueled but the engines and associated systems do not have to be running as long as the aircraft is capable of being airborne within 15 minutes of call-up by the government. If requested by the government no later than 96 hours prior to the start of the launch window, the contractor will provide a second aircraft and additional crew at the stand-by location as either a backup to the primary aircraft or for use as a second observation aircraft. All necessary launch notifications will follow procedures established by the 45th Space Wing. This service is determined commercial in accordance with FAR Part 2.1 This is a competitive 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The RFP will be an Indefinite Delivery Requirements Contract (IDC). This acquisition is being synopsized under the North American Industry Classification System (NAICS) code 541990 with a size standard of $15M. The period of performance will consist of a 20-month base period beginning 1 Feb 15 through 30 Sep 16 and three one-year option periods. The government intends to make a single award to the lowest price technically acceptable (LPTA) in accordance with FAR 52.212-2 of the RFP. Information concerning this forthcoming RFP will be posted to Federal Business Opportunities (FBO) website at https://www.fbo.gov on or around 7 November 2014. Potential contractors must have an active registration in the System for Award Management (SAM), https://www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. The solicitation will be distributed solely through the Federal Business Opportunity (FBO) web site http://www.fbo.gov/. Hard copies of the solicitation will NOT BE ISSUED FOR ANY REASON. The FBO web site provides downloading instructions. All future information about this solicitation, including any amendments and other general information, will also be distributed solely through this site. All interested parties are responsible for monitoring this site to ensure that they have up-to-date information about this acquisition and are encouraged to monitor and register their company on the Interested Vendor List (IVL) and Register to Receive Notifications. The RFP is anticipated to be available on or about 7 November 2014. The RFP will close on or around 30 days from the release date. The anticipated award date is on or around 1 February 2015. AFFARS 5352.201-9101, Ombudsman is applicable. Before consulting 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 AFICA Ombudsman, AFICA/KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, Phone: 719-554-5300; Fax: 719-554-5299; Email: afica.ks.wf@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-R-1000/listing.html)
 
Place of Performance
Address: Cape Canaveral Air Force Station, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03555485-W 20141024/141022233922-0d0cc886b191e95fb160a1e92a3779f2 (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.