Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
MODIFICATION

R -- Range and Operations Support - Attachment 3 - Attachment 2 - Attachment 8 - Attachment 6 - Attachment 5 - Attachment 1 - Attachment 4 - Attachment 9 - Attachment 7 - Solicitation 1

Notice Date
4/4/2017
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave Ste B, Tyndall AFB, Florida, 31005, United States
 
ZIP Code
31005
 
Solicitation Number
FA4819-17-R-5002
 
Point of Contact
Matthew S. Lahr, Phone: 8502838668, Rebecca Natal, Phone: 8502833648
 
E-Mail Address
matthew.lahr.1@us.af.mil, rebecca.natal.1@us.af.mil
(matthew.lahr.1@us.af.mil, rebecca.natal.1@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Solicitation (SF 1449) Past Performance Questionnaire (PPQ) Site Visit Authorization Form Technical Exhibit #4 - Facilities Technical Exhibit #3 - Vehicles Performance Work Statement (PWS) DD 254 Labor Matrix Financial Responsibility Questionnaire Dept of Labor Wage Determination Contract Data Requirements (CDRL) 1-4 Tyndall Air Force Base, Florida, has a requirement for Range and Operations Support (RAOS). This contractor shall provide skilled technicians (Explosive Ordnance Disposal (EOD) Technician, Video-Photography Technician, Range Instrumentation Technician, Test Facility Fire Technician, Electronic Technician, Range Engineer) to provide technical services and labor support necessary to maintain the basic test range and operational capability of AFCEC/CXA at Tyndall Air Force Base (TAFB), FL, provide test support at specified off-site ranges such as Utah Test & Training Range (UTTR) and provide other operations support services. The Contractor will perform all work in accordance with the Performance Work Statement (PWS), all applicable laws, regulations, Headquarters Air Force standards, instructions, and commercial practices. This solicitation will result in a firm-fixed priced contract with a base twelve month period (estimated 1 July 2017 through 30 June 2018) and four (4) one-year option periods extending through 30 June 2022. This acquisition is a 100% set-aside for a competitive 8(a). The NAICS code is 561210 - the size standard is $38.8 million. The successful contractor to receive this award will be based on the Performance Price Tradeoff (PPT) where Past Performance when combined with Technical factors will be significantly more important than price. Offerors are strongly encouraged to carefully follow the instructions contained in the forthcoming solicitation. No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of this solicitation package and subsequent modifications. To be eligible for contract award offerors must be registered and marked active in the System for Award Management (SAM). Register via the SAM website www.sam.gov. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of FedBizOpps. No bidder's mailing list will be maintained. Any questions regarding this notice should be directed to SrA Matthew Lahr, (850) 283-8668, matthew.lahr.1@us.af.mil; Ms. Rebecca Natal, (850) 283-3648, rebecca.natal.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4293e10d04b4ce21b7ec5bb866f6e616)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN04458928-W 20170406/170404235038-4293e10d04b4ce21b7ec5bb866f6e616 (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.