Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
SOLICITATION NOTICE

R -- Trainer Developer II

Notice Date
9/6/2018
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division/Network Services Division (7QFA), 819 Taylor Street, Room: 11A30, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
ID07180011
 
Archive Date
4/1/2019
 
Point of Contact
Erin Quinn-Neuendorf, Phone: 8178505577
 
E-Mail Address
erin.quinn-neuendorf@gsa.gov
(erin.quinn-neuendorf@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA), Federal Acquisition Services - Region 7, intends to issue a solicitation for a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide information technology (IT) and engineering-based efforts to support the 502d Trainer Development Squadron (502 TDS). 502 TDS is part of the 502d Air Base Wing (502 ABW) which is headquartered at JBSA Fort Sam Houston, San Antonio, Texas. The 502 TDS' mission is to deliver and maintain IT based simulation and training systems for its customers. Functioning as a Government Owned Government Operated (GOGO) organization under the direction of Headquarters Air Education and Training Command (AETC), the 502 TDS responds to internal and external Department of Defense (DoD) customers to meet their requirements in support of Technical/Operational Qualification and Continuation Training. 502 TDS researches, designs, develops, fabricates, and maintains the systems it produces. These systems currently support DoD flying, ground, sea and technical training, as well as current and future systems (prototyping, proof of concept, low rate production) which are either already in service or destined to support client agency activities. The products range from simple classroom training aids to static trainers with moving parts, no power requirements, to powered mockup procedures trainers and other flight, ground and technical training devices, which replicate actual system operation and are able to respond to instructor induced malfunctions and student inputs. The 502 TDS also provides notable engineering services and support for DoD Multi-Platform Simulation/Training Devices and Foreign Military Sales (FMS) programs, including the procurement, fabrication, integration, testing, and delivery of intermediate-level test and simulation equipment and ancillary equipment. The 502 TDS tailors trainers for its intended purpose and the 502 TDS routinely uses low-cost, commercial off-the-shelf (COTS), and/or military specification parts that have a proven reliability and availability. The primary place of performance for development and integration will be at the Contractor's facilities. However, installation and testing may be on site at multiple Government locations in CONUS and OCONUS. Specific places of performance will be defined in each of the individual task orders. This information in this announcement serves as the pre-solicitation notice. Solicitation number is ID07180011. This is a non-personal, commercial services requirement. The multiple award IDIQ will consist of a five (5) year ordering period. Performance is expected to begin March 12, 2019. Actual performance start and end dates will be specified on the contract line item structure at time of award. The applicable NAICS is 541512. To be eligible for award, the contractor shall have this NAICS on their sam.gov registration. The size standard associated with NAICS 541512 is $27.5M, which means that a company, including its affiliates, would be considered a "small business" if their average annual earnings does not exceed $27.5M for each of the pay periods for the preceding completed twelve (12) calendar months. The Product Service Code is R425. This requirement is being competed on an unrestricted basis and will be evaluated under a two phase process. The Phase One Request for Proposal (RFP) is tentatively scheduled to be released on or about September 21, 2018 and will remain open for 30 days. Successful offerors in Phase One will be invited to participate in Phase Two. All interested offerors must submit and upload Phase One proposals to GSA's IT-Solutions Shop (ITSS) web-based order processing system. Phase Two proposals, if invited to participate, shall be uploaded into GSA's ITSS web-based order processing system as well. Interested offerors must register in ITSS. The ITSS Help Desk number is 1-877-472-4877. ITSS webpage is https://web.itss.gsa.gov/Login. Before submitting a Phase One proposal for consideration, all interested offerors must send GSA an email identifying (1) offeror's name, and (2) the name of an individual employee who will act as the offeror's GSA point of contact (POC) for this requirement that is "registered in ITSS." OFFERORS MUST IDENTIFY THE COMPANY NAME AND THE POC'S NAME EXACTLY AS IT APPEARS IN ITSS. "Registered in ITSS" or "Registration in ITSS" means an offeror is successfully registered in ITSS such that the Government can select the offeror's designated POC in ITSS to receive the RFP, view an order, and be able to submit a proposal. Some offerors have multiple company divisions and employees registered in ITSS making it difficult for GSA selection. Therefore, to ensure that all interested offerors have successfully registered in ITSS and are able to submit a Phase One proposal, submission of the above ITSS offeror information (offeror's name and POC) is required five (5) business days prior to Phase One RFP closing date. An email must be sent to erin.quinn-neuendorf@gsa.gov. The Government reserves the right to cancel this solicitation, either before or after the closing date, and there shall be no legal liability on the part of the Government, to include liability for contractor's proposal costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b670de232a73c564ed677ccde453ae58)
 
Record
SN05076468-W 20180908/180906232301-b670de232a73c564ed677ccde453ae58 (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.