Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2024 SAM #8201
SPECIAL NOTICE

A -- RASTER EXTENSION

Notice Date
5/9/2024 7:19:07 AM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
DEPT OF THE AIR FORCE
 
ZIP Code
00000
 
Solicitation Number
RASTER_FA9451-16-D-0001
 
Response Due
5/24/2024 9:00:00 AM
 
Archive Date
06/08/2024
 
Point of Contact
Sandra N. Gleason
 
E-Mail Address
sandra.gleason.1@us.af.mil
(sandra.gleason.1@us.af.mil)
 
Description
This announcement constitutes a Notice of Intent by the Air Force Research Laboratory (AFRL), Directed Energy Directorate (RD), Kirtland AFB NM. AFRL intends to modify the R&D for Advanced Space Superiority Technology and Engineering Requirements (RASTER) indefinite delivery indefinite quantity (IDIQ). The current ceiling on RASTER will be increased by $35M, from $340M to $375M. AFRL also intends to modify RASTER by extending the current Period of Performance (PoP) by up to 12 months, from Technical PoP 03 May 2025/Contract Completion PoP 03 August 2025 to Technical PoP 03 May 2026/Contract Completion PoP 03 August 2025. The incumbent for RASTER is The Boeing Company, 4411 The 25 Way, Suite 350, Albuquerque, NM 87109. RASTER is a cost-plus-fixed-fee (CPFF) completion and level of effort contract and was awarded utilizing full and open competition procedures. The statutory authority of this action is Contracting by Other Than Full and Open Competition, under the authority of 10 U.S.C. 2304(c)(1) as implemented with FAR subpart 6.302-1. The action will be implemented via a modification that will provide AFRL/RD with all necessary qualified personnel and support required to accomplish Research and Development program management, systems engineering, experiment support, and site infrastructure support as well as other direct costs to include supplies, materials, and travel for efforts. While RASTER provides the aforementioned support to both the Starfire Optical Range (SOR) located on Kirtland AFB, NM and at the Maui Space Surveillance Site (MSSS) located on Maui, HI, this notification and intent to modify the contract to increase ceiling and extend the period of performance is solely for RASTER Task Orders at Maui Space Surveillance Site (MSSS). There is an active and ongoing source selection ongoing to re-procure support at MSSS and the increase and extension is to ensure appropriate RASTER MSSS Task Order cover until the source selection concludes and new award in place. Place of performance will be at the MSSS located on Maui, HI. The North American Industry Classification System (NAICS) code is 541715 with a size standard of 1,000 employees. This notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does the issuance restrict the Government in any way to an ultimate acquisition approach. THIS IS NOT A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. Any costs incurred as a result of this announcement shall be borne by the offeror and shall not be charged to the Government for reimbursement. The determination of the Government not to compete this proposed contract action based upon the responses to this notice is solely within the discretion of the Government. The clause at 5352.201-9101, Ombudsman, is applicable to this procurement. An Ombudsman has been appointed to address concerns of offeror(s) or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting office, but communicates the contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the contracting point of contact identified below. The Ombudsman is AFRL Director of Contracting; Phone: 937-904-9700; email afrl.pk.workflow@us.af.mil. All responsible sources may electronically submit a capability statement within 15 days of publication of this notice to point of contact listed below. All responses must be received no later than 1500 MT. � Primary Point of Contact: Sandra Gleason, AFRL/RDKB, email: sandra.gleason.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f313e52d5a0a4bc58b019a5abbd1e0fb/view)
 
Place of Performance
Address: HI, USA
Country: USA
 
Record
SN07058200-F 20240511/240509230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.