SOLICITATION NOTICE
R -- Financial Management Systems Support - Attachments
- Notice Date
- 1/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-R-4368
- Archive Date
- 2/11/2012
- Point of Contact
- Alycia K. Armbruster, Phone: 9375224601
- E-Mail Address
-
alycia.armbruster@wpafb.af.mil
(alycia.armbruster@wpafb.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items– June 2005 FAR 52.212-3, Representations and Certifications - May 2011 (Return with quotation, or register electronically in ORCA) Attachment 3: Past Performance Questionnaire Attachment 2: Wage Determination 2005-2419, Revision No. 15, dated 06/13/2011 Attachment 1: Performance Work Statement Addendum 1: Additional Instructions to Offerors FINANCIAL MANAGEMENT SYSTEM SUPPORT SERVICES - FA8601-12-R-4368 The U.S. Air Force requires an experienced contractor to provide Financial Management System Support Services. The Government will make a best value determination to award a firm fixed price contract with a base year, three (3) option years and the potential for an additional six (6) month extension in accordance with the clause as FAR 52.217-8. Additional detail on the requirements can be found in the Performance Work Statement (PWS) (attachment 1). This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA8601-12-R-4368 issued as a Request for Offer, previously posted under solicitation number FA8601-11-R-0117. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, 2 Nov 11. This acquisition is 100% SET ASIDE 100% set-aside for Service- Disabled Veteran-Owned Small Businesses. Competition is restricted to Service- Disabled Veteran-Owned Small Businesses. Service- Disabled Veteran-Owned Small Businesses capable of meeting the requirements in the attached PWS are eligible to submit an offer. The associated North American Industry Classification System (NAICS) code is 541611. Size standard is $7 million dollars. The Contracting Officer will review offers based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the requirements. The offer providing the Government with the best value will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE OFFER. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Attachments to the announcement: 1. Addendum 1: Additional Instructions to Offerors 2. Attachment 1: Performance Work Statement 3. Attachment 2: Wage Determination 2005-2419, Revision No. 15, dated 06/13/2011 4. Attachment 3: Past Performance Questionnaire 5. FAR 52.212-3, Representations and Certifications - May 2011 (Return with quotation, or register electronically in ORCA) 6. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items- June 2005 Proposals, references AND completed representations and certifications, if not available in ORCA, are due by 12 PM EST on 27 Jan 2012 to: Alycia Armbruster, ASC/PKOB E-mail: Alycia.Armbruster@wpafb.af.mil Mailing Address: ATTN: Alycia Armbruster ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-4368/listing.html)
- Record
- SN02654515-W 20120115/120113234349-f8179e4e0358ef55f74935c6e4bfbf8a (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 |