Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2012 FBO #3770
SOLICITATION NOTICE

J -- E-3 Airborne Warning and Control System (AWACS) - On-call Support Service

Notice Date
3/19/2012
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
FA9201-12-D-0259
 
Archive Date
4/18/2012
 
Point of Contact
Corletta Wilson, Phone: 8508827321, Kevin Miller, Phone: 850-882-2675
 
E-Mail Address
corletta.wilson2@eglin.af.mil, kevin.miller@eglin.af.mil
(corletta.wilson2@eglin.af.mil, kevin.miller@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Armament Center, Test and Evaluation Contracting Branch (AAC/PKET) is planning to award a sole source contract, under the authority of FAR 6.302-1, to The Boeing Company, 7755 E Marginal Way S, Seattle, WA, 98108-4002. AAC/PKET anticipates that the new, follow-on contract will be awarded in July 2012. Eglin Air Force Base seeks to procure on-call engineering and sustaining support to include follow-on training for the E-3 Airborne Warning and Control System (AWACS) Operational Facility (OPFAC) which is located at the Base's 46th Test Squadron (46 TS) Datalinks Test Facility (DTF). The E-3 AWACS is designed, developed and delivered by Boeing Seattle. This effort will require configuration management of the system to assist in tracking available software and hardware updates, which routinely occurs annually. Additionally, support may include software enhancements designed to address anomalies with the software. This effort requires that the contractor have a prior and detailed working knowledge of the unique equipment and software involved in the E-3 AWACS configuration. Boeing Seattle is the only known company that has the detailed knowledge and expertise to meet the Government's requirements for the effort described in this presolicitation. A requirements contract is anticipated which may include a mix of contract types: firm-fixed price, fixed price incentive fee, cost plus incentive fee, cost plus fixed fee, time and material, and other contract types. It is estimated that the total period of performance will not exceed five years from the time of award. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Forward capability statements to the Contracting Officer, Mr. Kevin Miller at Kevin.miller@eglin.af.mil and the Contract Specialist Ms. Corletta Wilson at Corletta.wilson2@eglin.af.mil. For further information concerning technical aspects, you may contact Mr. Don Duy at Don.duy@eglin.af.mil or by phone, 850-882-1474. For contractual information contact Ms. Corletta Wilson. The clause 5352.201-9101, Ombudsman, is applicable to this procurement. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposal or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather the points of contact identified above. The AAC Ombudsman is Brigadier General David A Harris, Vice Commander (AAC/CV), (850)882-5422.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA9201-12-D-0259/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02700074-W 20120321/120319235416-60fe553c0e7e9d337e43f4f8191caac3 (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.