Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2017 FBO #5595
SOLICITATION NOTICE

J -- Visual Enhancement Surveillance Systems Maintenance - Draft Performance Work Statement

Notice Date
3/17/2017
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
FA6643-17-R-0003
 
Point of Contact
Debra F. Scarborough, Phone: 478-327-1616
 
E-Mail Address
debra.scarborough@us.af.mil
(debra.scarborough@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Question and Answers Contract Data Requirements List A003 Contract Data Requirements List A002 Contract Data Requirements List A001 PWS This requirement is to support maintenance and sustainment of the Air Force Reserve Visual Enhancement Surveillance System (VESS). The Air Force Reserve Command (HQ AFRC/A4) requires a VESS integrator for maintenance and sustainment of existing systems. The VESS system is used for constant monitoring of Priority Level 1-4 aircraft and systems located in restricted areas. As such, this system is a requirement IAW AF Instruction 31-101 (AFRC Sup 1) and is considered essential to mission accomplishment. The general scope of the requirement is to provide maintenance and sustainment of existing VESS systems at each BOS (PWS paragraph 4.2) location. The contractor shall provide maintenance/repair of all installed and spare inventory equipment items throughout the life of the contract. Lowest Price Technical Acceptable (LPTA) Trade-off procedures IAW FAR 15.101-2 will be utilized for this acquisition. The period of performance for this contract i s anticipated to be a basic, one-year contract with four annual opt i on s. The pr i cing arrangement will be F i rm F i xed Pr i ce. This effort is a 100% Small Business set-aside. The NAI CS code i s 561621 and the size standard i s $20.5M. All respondents must be registered i n the SAM (System for Award) system prior to award. Proposals will be evaluated using best value source sel ection procedures i n accordance with AFFARS 5315.3. The draft solicitation will be posted on FedBizOps on or around 24 Mar. All other documents (amendments, questions and answers, etc.) pertaining to this requirement will be posted/communicated through FedBizOps. Any proposal submitted by a business that is not classified as a Small Business by the Small Business Administration will not be evaluated. Questions concerning this requirement will be accepted until 4:00 pm 27 Mar 2017. Please provide all comments/questions to : HQ AFRC/PKA, Attention: Debra Scarborough, 255 Richard Ray Bl vd, Robins AFB GA 31098- 1637 or email debra.scarborough@us.af.mil. When the Request for Proposal (RFP) i s ready to be posted on FEDBIZOPS, all associated documents will be uploaded for review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/FA6643-17-R-0003/listing.html)
 
Place of Performance
Address: Nine AFRC Bases, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN04438850-W 20170319/170317234118-9b0c2baa2faef154bec285974e30b554 (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.