Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2010 FBO #3233
SOLICITATION NOTICE

D -- HQ AMC Transporation Data Processing Center

Notice Date
9/29/2010
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-11-R-0001
 
Point of Contact
Julia L. Brueggemann, Phone: 6182569957, Keri A Lindsco, Phone: 618.256.9948
 
E-Mail Address
julia.brueggemann@scott.af.mil, keri.lindsco@scott.af.mil
(julia.brueggemann@scott.af.mil, keri.lindsco@scott.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Headquarters Air Mobility Command (HQ AMC) Specialized Contracting Branch will issue solicitation Request for Proposal (RFP) FA4452-11-R-0001 on or about 18 October 2010 for support of the AMC Transportation Data Processing Center (DPC) function at Scott AFB, IL. The contractor shall provide functional, technical, and analytical support for execution and management of AMC's Transportation Data Processing Center for HQ AMC. The contractor will be responsible for employing computer systems, programs, and tools, to include but not limited to, DEAMS Component Billing System (DCBS), Global Air Transportation Execution System (GATES), Integrated Development Environment GTN Conveyance (IGC), and Global Decision Support System (GDSS). Additionally, the contractor shall: identify, analyze, trouble-shoot, and resolve interface issues concerning applicable Automated Information Systems (AIS); manage the DPC, the focal point for data collection, input, analysis, presentation, and record keeping of manifesting activities at all AMC designated Aerial Port sites as directed by HQ AMC; facilitate overall process improvement for data collection, input, analysis, presentation, and record keeping processes at Air Terminal Records and Reports functions world-wide; develop and present briefings; and travel to Continental U.S. and Outside Continental U.S. worksites, to perform Data Records Staff Assistance Visits (SAV) on all required sites determined by HQ AMC. This acquisition will be conducted utilizing the Performance Price Trade Off (PPT) technique in accordance with Federal Acquisition Regulation (FAR) Subpart 15.101-1, using Informational Guide 5315.101-1 Approach #1 (evaluate technical, rank by price, assess performance for all offerors) to evaluate offers submitted in response to the RFP. The contract type for resultant contract will be Firm-Fixed-Price. If a potential offeror discovers an OCI or potential OCI with respect to this contract, the offeror shall disclose same to the contracting officer. The offeror shall include in its proposal a description of the action(s) proposed to avoid or mitigate such conflict(s). A final mitigation plan, if required, will be evaluated by the Contracting Officer in accordance with FAR 9.5. The RFP for this requirement shall contain a special provision relating to OCIs, and the resultant contract shall contain a corresponding special clause if required. Solicitation FA4452-11-R-0001 will be a competitive Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) code to be used for this procurement is: 541519, Other Computer Related Services with a size standard of $25.0M. The RFP and subsequent contract will include FAR clauses 52.212-3, Offeror Representations and Certification-Commercial Items, 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, and 52.219-14, Limitations On Subcontracting. The period of performance is as follows: Transition Period: 17 Dec 10 - 31 Dec 10 Base Period: 1 Jan 11 - 30 Sep 11 Option Period One: 1 Oct 11 - 30 Sep 12 Option Period Two: 1 Oct 12 - 30 Sep 13 Option Period Three: 1 Oct 13 - 30 Sep 14 Option Period Four: 1 Oct 14 - 30 Sep 15 The total performance period is 57 months. The anticipated award date is 15 December 2010. All questions must be directed to Ms. Julie Brueggemann, Contract Specialist, at 618-256-9957 or julia.brueggemann@scott.af.mil or Ms. Keri Lindsco, Contracting Officer, at 618-256-9948 or keri.lindsco@scott.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-11-R-0001/listing.html)
 
Place of Performance
Address: Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN02301693-W 20101001/100929235644-530b3a4a1d8198c0a62631cab12044cb (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.