Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2015 FBO #4855
SOLICITATION NOTICE

D -- Global Procedure Designer (GPD) - Performance Work Statement (PWS)

Notice Date
3/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
FA8101-15-R-0002
 
Point of Contact
Olivia M. Dean, Phone: 4057394204, Sherri Croak, Phone: 4057393438
 
E-Mail Address
olivia.dean@us.af.mil, sherri.croak@us.af.mil
(olivia.dean@us.af.mil, sherri.croak@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Solictation GPD Statement of Objectives Global Procedure Designer Performance Work Statement for Global Procedure Designer I. INTRODUCTION A. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. B. The combined synopsis/solicitation Request for Proposal (RFP) number is: FA8101-15-R-0002. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-79. D. Small Business Set-Aside: N/A E. Proposal Submissions: Offers are due no later than 1200 CST 23 Mar 2015. Proposals should be emailed to both primary and secondary POC's. The primary POC is Olivia Dean, Contract Specialist, 405-739-4204 or olivia.dean@us.af.mil. The secondary POC is Sherri Croak, Contracting Officer, 405-739-3438 or sherri.croak@us.af.mil. F. Contracting Office: AFMC AFSC/PZIOB - 7858 5 th Street, Suite 1 Tinker AFB, OK 73145-9025 G. The NAICS code applicable to this acquisition is 541519. Offeror must be certified under this NAICS code prior to receiving an award. The SBA size standard is $25,000,000. H. This Combined Synopsis Solicitation contains clauses and provisions requiring a fill-in or representation. Offeror shall submit a copy of this Combined Synopsis Solicitation with their bid and respond to these clauses and provisions accordingly. Offerors shall include a copy of representations and certifications with their offer. I. Basis for award- The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source. A Justification and Approval for Other Than Full and Open Competition has been certified and approved, as required by FAR 13.501(a)(1)(ii), citing the authority at 10 USC 2304(c)(1), as implemented in FAR 6.302-1(c), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Interested persons may identify their interest and capability to respond to the requirement or submit proposals before the closing date of this solicitation. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government intends to negotiate and award a contract to Canadian Commercial Corporation (CCC). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical proposal and 2) Price. Award will be made to the lowest price technically acceptable offer. The Government reserves the right to make an award without discussions. II. REQUIREMENTS The United States Air Force Flight Standards Agency has a requirement for the below identified CLINS, which are further defined in the attached Performance Work Statement (PWS). The proposed contract would include a base year and four one-year options, to be exercised at the sole discretion of the Government. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months 2nd-Tier Engr & Tech Support - Base Year--FFP The Contractor shall establish and operate a Help Desk at contractor facilities to review, investigate and respond to incidents reported by AFFSA Help Desk IAW the Performance Work Statement. POP: 1 JUL 15 - 30 JUN 16 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 12 Months Host and Maint. Help Desk - Base Year--FFP Hosting and maintenance of the HQ AFFSA Help Desk web-based software tool (I.Support) ensuring 24-hour availability to all USAF Instrument Procedure Designers at CONUS and overseas TERRPS sites. Provide and maintain all necessary server hardware and software. Restore services within 24-hours in the event of an outage. Establish an ongoing maintenance agreement with GWI Technical Support. Ensure I.Support software and software products required by the I.Support tool remain current IAW the Performance Work Statement. POP: 1 JUL15 - 30 JUN 16 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Lot Software Engineering Support - Base Year--FFP The Contractor shall provide engineering and software support services necessary to design, develop, test, install, and provide training for future modifications to GPD software IAW the Performance Work Statement and Statement of Objectives. POP: 1 JUL 15 - 30 JUN 16 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Lot Software Engineering Patches - Base Year--FFP Engineering and software support services necessary to design, develop, test, and install software patches, or those changes that do not result in a software version change IAW the Performance Work Statement and Statement of Objectives. POP: 1 JUL 15 - 30 JUN 16 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 2 Each Contractor Travel - Base Year--FFP Contractor travel to attend working group meetings, conferences, and other meetings negotiated IAW the Joint Travel Regulation (JTR) and performance IAW the Performance Work Statement. POP: 1 JUL 15 - 30 JUN 16 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 12 Months OPTION 2nd-Tier Engr & Tech Support - Opt. Yr 1--FFP The Contractor shall establish and operate a Help Desk at contractor facilities to review, investigate and respond to incidents reported by AFFSA Help Desk IAW the Performance Work Statement. POP: 1 JUL 16 - 30 JUN 17 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1002 12 Months OPTION Host and Maint. Help Desk - Opt Yr 1--FFP Hosting and maintenance of the HQ AFFSA Help Desk web-based software tool (I.Support) ensuring 24-hour availability to all USAF Instrument Procedure Designers at CONUS and overseas TERRPS sites. Provide and maintain all necessary server hardware and software. Restore services within 24-hours in the event of an outage. Establish an ongoing maintenance agreement with GWI Technical Support. Ensure I.Support software and software products required by the I.Support tool remain current IAW the Performance Work Statement. POP: 1 JUL16 - 30 JUN 17 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1003 1 Lot TBN OPTION Software Engineering Support - Opt Yr 1--FFP The Contractor shall provide engineering and software support services necessary to design, develop, test, install, and provide training for future modifications to GPD software IAW the Performance Work Statement and Statement of Objectives. POP: 1 JUL 16 - 30 JUN 17 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1004 1 Lot TBN OPTION Software Engineering Patches - Opt Yr 1--FFP Engineering and software support services necessary to design, develop, test, and install software patches, or those changes that do not result in a software version change IAW the Performance Work Statement and Statement of Objectives. POP: 1 JUL 16 - 30 JUN 17 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1005 2 Each OPTION Contractor Travel - Opt Year 1--FFP Contractor travel to attend working group meetings, conferences, and other meetings negotiated IAW the Joint Travel Regulation (JTR) and performance IAW the Performance Work Statement. POP: 1 JUL 16 - 30 JUN 17 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 12 Each OPTION 2nd-Tier Engr & Tech Support - Opt. Yr 2--FFP The Contractor shall establish and operate a Help Desk at contractor facilities to review, investigate and respond to incidents reported by AFFSA Help Desk IAW the Performance Work Statement. POP: 1 JUL 17 - 30 JUN 18 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2002 12 Each OPTION Host and Maint. Help Desk - Opt Yr 2--FFP Hosting and maintenance of the HQ AFFSA Help Desk web-based software tool (I.Support) ensuring 24-hour availability to all USAF Instrument Procedure Designers at CONUS and overseas TERRPS sites. Provide and maintain all necessary server hardware and software. Restore services within 24-hours in the event of an outage. Establish an ongoing maintenance agreement with GWI Technical Support. Ensure I.Support software and software products required by the I.Support tool remain current IAW the Performance Work Statement. POP: 1 JUL17 - 30 JUN 18 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2003 1 Lot TBN OPTION Software Engineering Support - Opt Yr 2--FFP he Contractor shall provide engineering and software support services necessary to design, develop, test, install, and provide training for future modifications to GPD software IAW the Performance Work Statement and Statement of Objectives. POP: 1 JUL 17 - 30 JUN 18 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2004 1 Lot TBN OPTION Software Engineering Patches - Opt Yr 2--FFP Engineering and software support services necessary to design, develop, test, and install software patches, or those changes that do not result in a software version change IAW the Performance Work Statement and Statement of Objectives. POP: 1 JUL 17 - 30 JUN 18 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2005 2 Each OPTION Contractor Travel - Opt Yr 2--FFP Contractor travel to attend working group meetings, conferences, and other meetings negotiated IAW the Joint Travel Regulation (JTR) and performance IAW the Performance Work Statement. POP: 1 JUL 17 - 30 JUN 18 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 12 Months OPTION 2nd-Tier Engr & Tech Support - Opt Yr 3--FFP The Contractor shall establish and operate a Help Desk at contractor facilities to review, investigate and respond to incidents reported by AFFSA Help Desk IAW the Performance Work Statement. POP: 1 JUL 18 - 30 JUN 19 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 12 Months OPTION Host and Maint. Help Desk - Opt Yr 3--FFP Hosting and maintenance of the HQ AFFSA Help Desk web-based software tool (I.Support) ensuring 24-hour availability to all USAF Instrument Procedure Designers at CONUS and overseas TERPS sites. Provide and maintain all necessary server hardware and software. Restore services within 24-hours in the event of an outage. Establish an ongoing maintenance agreement with GWI Technical Support. Ensure I.Support software and software products required by the I.Support tool remain current IAW the Performance Work Statement. POP: 1 JUL18 - 30 JUN 19 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 1 Lot TBN OPTION Software Engineering Support - Opt Yr 3--FFP The Contractor shall provide engineering and software support services necessary to design, develop, test, install, and provide training for future modifications to GPD software IAW the Performance Work Statement and Statement of Objectives. POP: 1 JUL 18 - 30 JUN 19 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 1 Lot TBN OPTION Software Engineering Patches - Opt Yr 3--FFP Engineering and software support services necessary to design, develop, test, and install software patches, or those changes that do not result in a software version change IAW the Performance Work Statement and Statement of Objectives. POP: 1 JUL 18 - 30 JUN 19 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 2 Each OPTION Contractor Travel - Opt Yr 3--FFP Contractor travel to attend working group meetings, conferences, and other meetings negotiated IAW the Joint Travel Regulation (JTR) and performance IAW the Performance Work Statement. POP: 1 JUL 18 - 30 JUN 19 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 12 Months OPTION 2nd-Tier Engr & Tech Support - Opt Yr 4--FFP The Contractor shall establish and operate a Help Desk at contractor facilities to review, investigate and respond to incidents reported by AFFSA Help Desk IAW the Performance Work Statement. POP: 1 JUL 19 - 30 JUN 20 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 12 Months OPTION Host and Maint. Help Desk - Opt Yr 4--FFP Hosting and maintenance of the HQ AFFSA Help Desk web-based software tool (I.Support) ensuring 24-hour availability to all USAF Instrument Procedure Designers at CONUS and overseas TERRPS sites. Provide and maintain all necessary server hardware and software. Restore services within 24-hours in the event of an outage. Establish an ongoing maintenance agreement with GWI Technical Support. Ensure I.Support software and software products required by the I.Support tool remain current IAW the Performance Work Statement. POP: 1 JUL19 - 30 JUN 20 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 1 Lot TBN OPTION Software Engineering Support - Opt Yr 4--FFP The Contractor shall provide engineering and software support services necessary to design, develop, test, install, and provide training for future modifications to GPD software IAW the Performance Work Statement and Statement of Objectives. POP: 1 JUL 19 - 30 JUN 20 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 1 Lot TBN OPTION Software Engineering Patches - Opt Yr 4--FFP Engineering and software support services necessary to design, develop, test, and install software patches, or those changes that do not result in a software version change. IAW the Performance Work Statement and Statement of Objectives. POP: 1 JUL 19 - 30 JUN 20 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 2 Each OPTION Contractor Travel - Opt Yr 4 --FFP Contractor travel to attend working group meetings, conferences, and other meetings negotiated IAW the Joint Travel Regulation (JTR) and performance IAW the Performance Work Statement. POP: 1 JUL 19 - 30 JUN 20 NET AMT III. FAR, DFARS, and AFFARS PROVISIONS AND CLAUSES 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management JUL 2013 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation DEC 2014 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment AUG 2013 52.209-7 Information Regarding Responsibility Matters JUL 2013 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters JUL 2013 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations DEC 2014 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-2 Evaluation - Commercial Items OCT 2014 52.212-3 Offeror Representations and Certifications - Commercial Items OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2014 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items OCT 2014 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.216-18 Ordering OCT 1995 52.216-19 Order Limitations OCT 1995 52.216-22 Indefinite Quantity OCT 1995 52.217-8 Option To Extend Services NOV 1999 52.217-9 Option To Extend The Term Of The Contract Mar 2000 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-18 Place Of Manufacture SEP 2006 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.232-1 Payments APR 1984 52.232-23 Assignment Of Claims MAY 2014 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-3 Continuity Of Services JAN 1991 52.242-3 Penalties for Unallowable Costs MAY 2014 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-24 Limitation Of Liability--High-Value Items FEB 1997 52.246-25 Limitation Of Liability--Services FEB 1997 52.247-34 F.O.B. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations In Clauses APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 AltA System for Award Management Alternate A FEB 2014 252.204-7006 Billing Instructions OCT 2005 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country MAR 2014 252.227-7028 Technical Data Or Computer Software Previously Delivered To The Government JUN 1995 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 5352.201-9101 Ombudsman NOV 2012 The full text of FAR, DFARS, and AFFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. LIST OF ATTACHMENTS Description Date # of Pages Performance Work Statement (PWS) 1 March 2014 15 Statement of Objectives (SOO) 25 February 2015 3 FA8101-15-R-0002 - Draft SF1449 N/A 52
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8101-15-R-0002/listing.html)
 
Place of Performance
Address: HQ AFFSA 6500 S MACARTHUR BLVD BLDG. 4, ROOM 240, OKLAHOMA CITY, Oklahoma, 73169, United States
Zip Code: 73169
 
Record
SN03662137-W 20150311/150309235458-063cf91b93f2e0b863875f8843eb8e3b (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.