Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2008 FBO #2585
DOCUMENT

D -- IT Support for ACC FM Comptroller - Draft Performance Work Statement

Notice Date
12/22/2008
 
Notice Type
Draft Performance Work Statement
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
F2QF168351A0001
 
Archive Date
4/30/2009
 
Point of Contact
Tay Ashford,, Phone: 757-225-7714, Karin Walls,, Phone: 757-225-7723
 
E-Mail Address
tay.ashford@langley.af.mil, karin.walls@langley.af.mil
 
Small Business Set-Aside
N/A
 
Description
ACC Acquisition Management and Integration Center, Langley AFB, VA is in the process of determining the acquisition strategy to obtain non-personal services to provide Air Combat Command, (ACC) Financial Management (FM)) and Host Comptroller Squadrons within ACC, contractor support for computer operations, LAN/WAN and PC installation in accordance with the attached draft Performance Work Statement (PWS). These services are to be performed at the following DoD locations: Barksdale AFB, LA, Beale AFB, CA, Davis-Monthan AFB, AZ, Dyess AFB TX, Ellsworth AFB, SD Hollomon AFB, NM, Langley AFB, VA, Minot AFB, ND, Moody AFB, GA, Mt. Home AFB, ID, Nellis AFB, NV, Offutt AFB, NE, Seymour Johnson AFB, NC, Shaw AFB, SC, Whiteman AFB, MO. The period of performance will cover a 12 month base period starting approximately 1 Apr 09 with four (4) one-year options. This acquisition will be issued as a Request for Proposal (RFP) on or about 26 Jan 09 with proposals due on or about 16 Feb 09. Interested parties should review the draft PWS and provide comments on the draft PWS NLT the closing date of this synopsis. NAICS Code (541513) is applicable to this effort. The government is contemplating a Firm Fixed Price type contract with cost reimbursable travel CLIN to fulfill this requirement. We are seeking information and comments from industry on various topics that will be used to refine the requirement and acquisition strategy, to include the following: ACC AMIC is seeking industry input on innovative ideas and/or identification of existing contracting vehicles that could be used to meet the Government's time constraints with tentative award of 1 Apr 09, The government believes this requirement is a commercial service; however in order to determine whether this requirement should be considered commercial for acquisition purposes in accordance with FAR Part 12, we are seeking industry comment to determine whether they believe this requirement meets the commercial definition of FAR 2.101. The government seeks industry input to determine if this acquisition should be a total set-aside to small businesses or a total set-aside under another Socioeconomic Programs, such as Small Disadvantage businesses, 8(a) businesses, HUBZones, Veteran-Owned/Service-Disabled Veteran-Owned small businesses under the auspice of the Federal Acquisition Regulation (FAR) Part 19. This requirement may be set-aside under one of the small business socioeconomic programs pending the interest received in response to this synopsis. Interested small businesses that believe they have the capability to perform and are certified and qualified as a small business concern in NAICS 541513 should respond to the POCs cited within this synopsis, with affirmation that they are a small business under the above applicable NAICS code, along with providing a synopsis of capability to perform, no later than 30 Dec 08. All documents associated with this projected requirement will be posted on the FedBizOpps website, https://www.fbo.gov/. To assist us in maintaining a list of interested offerors for this potential procurement, please provide via email, your company name, a point of contact, address, phone number, and business size under the above NAICS code, to the following POCs for this procurement: Mr Tay C. Ashford email: tay.ashford@langley.af.mil and Ms Karin Walls email: Karin.walls@langley.af.mil no later than 30 Dec 08, 2:00 PM Eastern Standard time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=387c42e1a234a961c814210f6fdcd400&tab=core&_cview=1)
 
Document(s)
Draft Performance Work Statement
 
File Name: Performance Work Statement DRAFT (PWS FSA Support DRAFT.docx)
Link: https://www.fbo.gov//utils/view?id=34ae133ab4646394cd8b9f2f60c2d720
Bytes: 66.34 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01723228-W 20081224/081222215642-387c42e1a234a961c814210f6fdcd400 (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.