Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2013 FBO #4085
SOURCES SOUGHT

J -- Instrumentation Radar Support Program

Notice Date
1/28/2013
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-13-R-0008
 
Archive Date
3/29/2013
 
Point of Contact
Rudy Mehu, Phone: (321) 494-9953, Tricia Hatcher, Phone: (321) 494-9937
 
E-Mail Address
rudy.mehu.1@us.af.mil, tricia.hatcher@us.af.mil
(rudy.mehu.1@us.af.mil, tricia.hatcher@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St, Patrick AFB, FL 32925-3238 Description: This market survey is being conducted to identify firms interested in providing logistics sustainment support for instrumentation tracking systems supported by the Instrumentation Radar Support Program (IRSP). Currently the program supports 25 agencies across the DoD, DoE, NASA, and six foreign governments. The number of ranges and number of systems will fluctuate throughout the dura¬tion of this contract. The proposed contract would be a re-competition of the IRSP contract at Patrick Air Force Base (PAFB), FL. The contract will provide logistics sustainment support to instrumentation tracking systems (radar, telemetry and optics) for 25 (currently) test ranges worldwide. Sources are required to provide management of government owned stock in their contractor furnished warehouse, stock acquisition to maintain approved depot stock level, respond to requisitions for components on a routine or emergency basis, provide in-house and/or vendor repair of components, fabrication of components, on-site overhauls, and on-call engineering field support on both a routine and emergency basis. Conduct engineering investigations; perform and/or recommend modifications to overcome problems associated with component obsolescence or to meet new mission requirements. Ability to relocate systems, design, manufacture, install and test subsystem upgrades is also required. The Security clearance level required for safeguarding is SECRET. Facility Clearance required is TOP SECRET. The applicable NAICS code and size standard is 334511/750 employees and FSC 5840. Conflict of interest rules apply and offerers will be required to submit mitigation plans following release of the RFP. Firms responding to this survey must be U.S. owned and must (1) state whether they are a small or large business based on the size standard above; (2) indicate if they are a small disadvantaged or woman-owned business; 8(a) firm; a historically black college or university or minority institution (HBCU/MI); a HUBZone small business; veteran-owned small business or service-disabled veteran owned small business; (3) provide experience in the form of an outline of previous projects for relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of the work, points of contact and phone numbers; specific experience of personnel identified to perform the work including professional qualifications/certificates; and (4) any other pertinent information which would enable the government to assess a firm’s capabilities. Because the government reserves the right to set aside this acquisition based on the responses received, it is imperative that firms respond with the required information so that capabilities can be evaluated accurately. Complete responses must be received NLT COB 28 FEB 13. This synopsis is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. Contact information: Submit all packages to 45 CONS/LGCZR, Attn: Rudy Mehu, 1201 Edward H White II St., Patrick AFB FL 32925-3238. Email address: rudy.mehu.1@us.af.mil and Tricia Hatcher, Email: tricia.hatcher@us.af.mil Point of Contact: Rudy Mehu, Contracting Officer, Phone: (321) 494-9953, Email: rudy.mehu.1@us.af.mil ; Tricia Hatcher, Contract Specialist, Phone: (321) 494-9937, Email: tricia.hatcher@us.af.mil Place of Performance Address: Patrick AFB FL (25 tests ranges worldwide) Postal Code: 32925 Country: United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-13-R-0008/listing.html)
 
Place of Performance
Address: Patick AFB, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02974043-W 20130130/130128234609-2615c9b5235138d2181d518a8b85fed4 (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.