Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

R -- Metis II

Notice Date
8/5/2015
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, 25th Air Force, 25th AF/PK OL-P, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-15-R-MetisII
 
Point of Contact
Kim M. Pattan, Phone: 321-494-5452, Karen Hayes, Phone: 321-494-6298
 
E-Mail Address
kim.pattan@us.af.mil, karen.hayes.1@us.af.mil
(kim.pattan@us.af.mil, karen.hayes.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Metis II 1. This is a synopsis for a competitive, Small Business Set-Aside (SBSA) services acquisition as required by Federal Acquisition Regulation (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. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. 2. The primary objective of this effort is for data capture, format transition, software, and application development tasks including: (a) The capture and transfer of reports of various formats including hardcopy, microfiche, and film into electronic media format. (b) Automated and human Optical Character Recognition (OCR) of digitized reports including a 100 percent review of all documents that have been through the OCR process to ensure key words and phrases relating to the Air Force Technical Applications Center (AFTAC) nuclear mission are properly captured for later searchability. (c) Content enhancement including the addition of metadata to each digitized file to allow for rapid and thorough retrieval of relevant information. (d) Develop software tools and applications to improve and expand upon information evaluation, analysis, visualization, data publishing, and database integration. 3. This acquisition will be conducted on a restricted basis. The applicable North American Industry Classification System (NAICS) code is 541512 Computer Systems Design Services the size standard is $27.5M. The RFP will be available electronically on the Federal Business Opportunity website only. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for February 2016. An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of 60-months. It is anticipated that the contract will be awarded using Cost-Plus-Fixed-Price (CPFF) for Operation and Maintenance (O&M) Contract Line Item Number (CLINs) with a cost reimbursement line item for other direct costs. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award (see https://www.sam.gov/portal/public/SAM#1 ). It is mandatory to obtain a DUNS number prior to registering in SAM 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), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Business (EDWOSB) Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, an Indian Tribe or Alaskan Native Corporation. In addition, you must state if your company is able to perform at least fifty percent (50%) of the work required under this acquisition. 4. AFFARS clause 5352.201-9101, Ombudsman (Apr, 2014) is applicable. (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Christopher S. Williams, OL KC AFICA, 129 Andrews Street, Suite 102, Langley AFB, VA 23665-2769, Telephone: (757)764-2769, FAX: (757)764-6512, Email: christopher.williams.196@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5. Point of contact is Contract Specialist Karen Hayes, karen.hayes.1@us.af.mil, 25 AF/PKR, 10989 South Patrick Drive, Patrick AFB, Florida 32925.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44bc924b3a6870df622caf322d8a3bc1)
 
Place of Performance
Address: 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03825802-W 20150807/150806000006-44bc924b3a6870df622caf322d8a3bc1 (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.