|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13,1999 PSA#2453Department of the Air Force, Air Force Materiel Command, SMC -- Space
& Missiles System Center, 2420 Vela Way, Suite 2420, El Segundo, CA,
90245-4659 R -- TECHNICAL ACQUISITION SUPPORT SERVICES (TASS) SOL
F04701-99-Q-AXC2 DUE 111599 POC Jeff Dedrick, Contracting Officer,
Phone (310)363-1490, Email jeffrey.dedrick@losangeles.af.mil -- Janice
Smets, Secondary POC, Phone 310-363-1491, Email
janice.smets@losangeles.af.mil WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F04701-99-Q-A
XC2&LocID=901. E-MAIL: Jeff Dedrick, jeffrey.dedrick@losangeles.af.mil.
. The Space and Missiles Systems Center (SMC)/Specialized Contracts
Office (AXC) invites prospective contractors to review the Request for
Quotation (RFQ) for SMC's approach to fulfilling its centralized
Technical Advisory and Assistance Services (A&AS) requirements. It is
SMC/AXC's intent to issue multiple Blanket Purchase Agreements (BPAs)
incorporating the GSA Federal Supply Schedule (FSS) 70 (Information
Technology (IT)). The Standard Industrial Code (SIC)-4813,
Communication and Subgroup, Telephone Communication (which includes
Satellite Facilities and defines a small business as 1500 employees)
will be applicable to this effort. SMC/AXC recommends that contractors
form teaming relationships for this effort. In order to be a "team"
member each contractor must have a GSA FSS. SMC/AXC anticipates its
TASS requirements value to be approximately $300M (million) over the
next 5 years. This requirement is for the acquisition of services and
support covering the following 6 Core Competencies (and their
associated sub-elements): 1) Systems Engineering and Integration
(Requirements Analysis, Modeling and Simulation, Systems Safety and
Environmental Impact, and Test & Evaluation), 2) Management Services
(Configuration and Data Management and Management Service), 3)
Specialty Acquisition Support (Manufacturing and Producibility, Quality
Assurance, Reliability and Maintainability (R&M), Electromagnetic
Interference/Compatibility (EMI/EMC), and Facilities and Ground
Support), 4) Integrated Logistics Support (ILS) (ILS Performance
Planning, Packaging, Handling, Storage, and Transportation (PHS&T), and
Continuous Acquisition and Life Cycle Support (CALS)), 5) Computer
Resources and Software (Computer Resources and Software Engineering and
Office Automation), and 6) Acquisition Security (Acquisition Security
Support, Space System(s) Protection Program Support, Systems Security
Engineering (SSE), and Acquisition Security Training, Orientations, and
Conferences). Note: Competency #2 -- Management Services will be
set-aside for small business participation only. The ordering period
under these BPAs is anticipated to be sixty (60) months from BPA award
or GSA FSS contract(s) period (including any options), whichever
occurs first. The performance period under these BPAs will be up to 12
months beyond the ordering period. Support under these BPAs will be
obtained by the issuance of individual Time and Material (contract
type) Delivery Orders. Additionally, the Government may incorporate the
following Option Clause(s); 1) Option to Extend Services, and, 2)
Options to Extend the Term of the Contract into the BPAs for use on the
individual Delivery Orders. To prevent conflicting roles which may bias
the contractor's judgement or objectivity, or to preclude the
Contractor from obtaining an unfair competitive advantage in concurrent
or future acquisitions, the Contractor will be required to accept an
Organizational Conflict of Interest Clause in the BPAs. Additionally,
the BPAs will also contain a Financial Conflict of Interest Clause. The
Contractor must possess or be able to obtain an Industrial Facility
Security clearance of Top Secret at time of award. Personnel supporting
these BPAs must be US citizens and have at a minimum, a Secret
clearance. The Contractor must also have several personnel with Top
Secret clearances to fulfill some of the anticipated support
requirements. The RFQ will be posted on the SMC/AXC's Website
http://ax.losangeles.af.mil/axc/ or http://ax.laafb.af.mil/axc/ and the
Electronic Posting System (EPS) Website http://www.eps.gov on/or about
15 October 1999. Prospective offerors MUST use either Website to
obtain a copy of the final RFQ and its associated Attachments. To be
considered, responses must be received by COB (COB is defined as 4 P.M.
(1600) Pacific Standard Time (PST)) 15 November 1999. Mail your
response in time to assure receipt prior to that deadline to SMC/AXC,
2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659 or hand deliver
your response prior to that deadline to SMC/AXC, 160 Skynet Street,
Bldg. 100, Room 1413, Los Angeles AFB, El Segundo, CA 90245-4683.
Additional information has also been posted in SMC/AXC's Website. If
further information is required, please contact (primary) Mr. Jeff
Dedrick at (310) 363-1490 or (secondary) Ms. Janice Smets at (310)
363-1491. Posted 10/08/99 (D-SN390280). (0281) Loren Data Corp. http://www.ld.com (SYN# 0061 19991013\R-0010.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|