Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
SPECIAL NOTICE

J -- KUMMSC Facility Maintenance

Notice Date
8/27/2015
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Material Command, DO NOT USE - OLD AFNWC ACCOUNT, AFNWC PKE, Air Force Nuclear Weapons Center, 2000 Wyoming Blvd SE, KIRTLAND AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
FA9401-15-R-KUMMSC
 
Archive Date
9/18/2015
 
Point of Contact
Amber L. Doan, Phone: (505) 846-6284, Brian Jason Clark, Phone: (505) 846-6673
 
E-Mail Address
amber.doan@us.af.mil, Brian.Clark.6@us.af.mil
(amber.doan@us.af.mil, Brian.Clark.6@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c) (1), set forth in Federal Acquisition Regulation 6.302-1(a)(2)(iii), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." The 898th Munitions Squadron, Kirtland Air Force Base (Albuquerque) NM 87117 requires a five (5) year contract to succeed contract FA9401-13-C-0024 which expires on 29 September 2015. The contract will consist of a Base Year plus four (4) one-year Options' with a six (6) month Option extension. The AFNWC/PZIB intends to make an award to Maverick Technologies, 5201 Venice Avenue, NE Suite C, Albuquerque NM 87113. All Interested parties may identity their interest and capability which will be considered by the government by responding to this requirement via email to Amber Doan, Contract Specialist, via email: amber.doan@us.af.mil, no later than 3 September 2015, 3:00 p.m. MST. Verbal responses are not acceptable and will not be considered.. Reponses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide the requirements listed in Section 3 of the PWS. Documentation submitted will not exceed 20 (single-sided) pages. This notice of intent is NOT a request for competitive proposals. Responsible parties must clearly demonstrate in the submitted documents the following: A. Provide contact information with your submission: company name, address, and primary points of contact (including name, phone number, and email address). B. Detail relevant experience in government and commercial sectors. Include the following information: a) Government contract number b) Contract value c) Role your company played d) Point of contact and current telephone number (PCO or Program Manager) C. Address your company's resource capacity to support the Blast Containment Management System maintenance effort over an anticipated five (5) year contract period. D. Describe your company's experience with maintaining Allen Bradley Programmable Logic Controllers (including GE iFix Supervisory Control and Data Acquisition (SCADA) System and Allen Bradley ControLogix) and software experience with Allen Bradley Compact Logic, Rockwell Automation, GE GlobalCare Software Support and Microsoft for maintenance purposes. See PWS paragraph 1.1 for the Scope and 4.4.2 for the required Personnel Experience. E. Indicate if you are able to maintain the Programmable Logic Controllers with the information provided to date, the draft PWS (dated May 2015), and the Schematic Drawings previously posted on FBO. Indicate if any other information, such as source code, is required for you to submit a competitive bid. Please be explicit in your response to this section of the capability statement. Credentials in addition to your statement are acceptable to support your capability to perform the BCMS. F. The NAICS code for this effort is 811219 with a size standard of $19.0 Million. a) Interested firms must provide their CAGE code and DUNS number. Respondents must indicate their size of business pursuant to the North American Industry Classification System (NAICS). Please indicate whether you are a large or small business. IF a small business, please specify the type (e.g. Small Disadvantage Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, WOSB, and VOSB). The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates. b) Please indicate whether your company is interested in participating as part of a teaming arrangement. G. Please provide any additional information you fell would assist the government in determining your ability to support this type of workload. This notice of intent is not a request for competitive quotations; however, all responses received within seven (7) calendar days of this issuance of this notice will be considered by the government. A determination by the government not to compete with this proposed contract based upon responses to this notice is solely with the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award to a new contractor for a five (5) year contract would impact KAFB's schedule due to the ramp-up time required by a new contractor to support a long-term period of KUMMSC services. A five (5) year contract must be executed to ensure that mission critical KUMMSC support remains in place to sustain Kirtland Air Force Base's mission. Loss of contract KUMMSC support would have a catastrophic impact on AFNWC and all Kirtland AFB organizations resulting in mission failure and potential negative impacts across the Air Force. There is only one (1) contractor (Maverick Technologies) who appears to be capable of performing these services on a long-term basis (i.e., five (5) year contract) with no service interruptions and with a no failure for this mission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/593afa3532b1ba4c55bb19698eb63f08)
 
Place of Performance
Address: 8500 Gibson Blvd. SE, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03859702-W 20150829/150828000304-593afa3532b1ba4c55bb19698eb63f08 (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.