Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
SOLICITATION NOTICE

D -- Applications, Infrastructure and Systems Support, Increment 2 (AISS II)

Notice Date
3/21/2012
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-12-R-0002
 
Point of Contact
Jacqueline M. McGlone, Phone: 6182569826, Jennifer L. Gasparich, Phone: 618.256.9978
 
E-Mail Address
Jacqueline.McGlone@us.af.mil, jennifer.gasparich@us.af.mil
(Jacqueline.McGlone@us.af.mil, jennifer.gasparich@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsis of proposed contract action FA4452-12-R-0002 (formerly listed under FA4452-11-R-0014). This is not a solicitation or invitation for offerors to submit proposals. This notice will be posted for a minimum of seven days prior to posting of the solicitation. This effort will be in the form of technical and support tasks associated with the infrastructure and applications support, information assurance, testing, configuration management, and training in support of the Mobility Air Force Command and Control and In-Transit Visibility (MAF C2, ITV)/Business Systems. Current AISS programs include Advanced Computer Flight Plan (ACFP), Commercial Operations Integrated System (COINS), Consolidated Air Mobility Planning System (CAMPS), Global Air Transportation Execution System (GATES), Global Command and Control System (GCCS), Global Decision Support System (GDSS), Enterprise Information Management (EIM), and Systems Integration (SI). The Government plans to issue a formal Request for Proposal (RFP) for Applications, Infrastructure and Systems Support, Increment 2 (AISS II) services for programs within HQ AMC/A6. The Government intends to issue the RFP on or around 2 May 12. An Industry Day/Bid Library is tentatively planned for the middle of May 2012. Firm dates will be posted to FedBizOpps as soon as they are determined. This acquisition will be set-aside for small business (small business must accomplish at least 51% of the services performed). The Government intends to establish a Firm-Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) single-award contract. A tradeoff process will be used for this source selection IAW FAR 15.101-1, Tradeoff Process and FAR 15.3, Source Selection, as supplemented by DFARS and AFFARS. The Government will select the best overall offer, based upon an integrated assessment of Technical/Technical Risk, Past Performance, and Price. The Government seeks to award the offeror who gives the Air Force the greatest confidence that it will best meet, or exceed, the PWS requirements. This may result in a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors, and the SSA reasonably determines that the technical and/or past performance of the higher price offeror outweighs the cost difference. The offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The planned period of performance is as follows: Base Period (1 Jan 13 - 30 Sep 13) Option Period 1 (1 Oct 13 - 30 Sep 14) Option Period 2 (1 Oct 14 - 30 Sep 15) Option Period 3 (1 Oct 15 - 30 Sep 16) Option Period 4 (1 Oct 16 - 31 Dec 16) Please note that all dates listed in this synopsis are tentative and are subject to change.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-12-R-0002/listing.html)
 
Record
SN02702190-W 20120323/120321235308-03c9754837753272aba28caa662a70ac (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.