MODIFICATION
R -- Air Combat Training System (ACTS) Operation and Maintenance - Solicitation 1
- Notice Date
- 12/2/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- FA4890-10-R-0005
- Response Due
- 1/13/2011 4:30:00 PM
- Archive Date
- 11/19/2010
- Point of Contact
- Kyle B. Lancour, Phone: 7572257698, M. Joy de Lande, Phone: 757-764-9358
- E-Mail Address
-
kyle.lancour@langley.af.mil, joy.delande@langley.af.mil
(kyle.lancour@langley.af.mil, joy.delande@langley.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Atch 11 - Pricing Schedule Atch 10 - Past Performance Questionnaire Cover Letter Atch 10 - Past Performance Questionnaire Atch 9 - DOL WD Eglin AFB Atch 8 - DOL WD Langley AFB Atch 7 - DOL WD Shaw AFB Atch 6 - DOL WD Seymour Johnson AFB Atch 5 - DOL WD Barksdale AFB Atch 4 - DOL WD Mountain Home AFB Atch 3 - Draft DD254 Atch 2 - Tech Exhibit with embedded attachments Atch 1 - PWS FA4890-10-R-0005 ACTS RFP The Air Combat Command Acquisition Management and Integration Center (ACC AMIC), Langley Air Force Base, Virginia, hereby publicizes solicitation FA4890-10-R-0005 for Operation, maintenance and repair services to Air Combat Training System (ACTS) and to support the ACTS mission at Eglin AFB, Langley AFB, Seymour Johnson AFB, Shaw AFB, Barksdale AFB, Mountain Home AFB, as well as USAFE funded sites at Lakenheath, Spangdahlem, and Aviano ABs. The ACTS is a computer-based data communication and tracking network comprised of data and voice communication circuits, computer hardware, computer software, electronic circuitry, and electromechanical devices. The ACTS mission is to provide an integrated realistic training environment in support of on-site and off-site aircrew/ground support crew training. An extension of the ACTS mission is support of continued development, testing, and implementation of ACTS systems and ancillary equipment. This acquisition is restricted to 8(a) competition. The period of performance will consist of a one-month phase-in period for CONUS and five-month transition for OCONUS, seven-month basic period for CONUS and three-month basic period for OCONUS, and four one-year option periods. A single Firm Fixed Price (FFP) contract will result from the solicitation utilizing the Performance-Price Trade-off (PPT) source selection procedures. The date for receipt of proposals is as reflected in Section L-6.3.3 of the RFP. The anticipated award date is on or about 29 Apr 2011. The Government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documentation will not be made available. Solicitation, amendments and other miscellaneous documents will be posted to the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. It is the responsibility of each offeror to review the website for notice of amendments, updates or changes to current information. Contact with government personnel, other than the ACC AMIC Contract Manager and/or Contracting Officer listed below, by a potential offeror or their employees' regarding this project is strictly prohibited. In order to be eligible for award, registration under the correct North American Industry Classification System (NAICS) code in the Central Contractor Registration (CCR) database is required. To register, go to http://www.ccr.gov. The applicable NAICS code for this solicitation is 541330, Engineering Services exception for military equipment, and the small business size standard is $27 million. The Final RFP and related attachments have been attached and posted along with this Notice. All email correspondence must be submitted to the following email address: actsrecompete@langley.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-10-R-0005/listing.html)
- Place of Performance
- Address: Multiple CONUS and OCONUS DoD Installations, United States
- Record
- SN02337037-W 20101204/101202234027-8e7566a41093986c6d87fdc2cba27fba (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 |