Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2018 FBO #5935
SOLICITATION NOTICE

K -- 561st JTS FMS Manuals

Notice Date
2/20/2018
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA486118RC007
 
Point of Contact
Kenneth D. Herrell, Phone: 7026523369, James P Gallagher, Phone: 7026529903
 
E-Mail Address
kenneth.herrell@us.af.mil, james.gallagher.11@us.af.mil
(kenneth.herrell@us.af.mil, james.gallagher.11@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
In accordance with FAR 5.2 - Synopses of Proposed Contract Actions, the 99 th Contracting Squadron at Nellis Air Force Base, NV, will be soliciting a Request for Proposal (RFP) for Foreign Military Sales (FMS) Tactics Manuals production services for Nellis Air Force Base, 561 st Joint Tactics Squadron (561 JTS). FMS Manual services are contemplated as a commercial service and will be solicited for a competitive contract award. The purpose of FMS Manual production services is to support the production of aircraft tactics manuals for release to foreign country allies. The Contractor will be required to provide all personnel, supervision, equipment, tools, materials, and services necessary to develop and produce as needed manuals for foreign allies. Period of Performance and Magnitude: The maximum estimated programmed amount (potential price of all contract actions issued to the awardee) is not to exceed $15 million. The period of performance is contemplated for one (1) base year and four (4) option years. The clause 52.217-8 Option to Extend Services, will be included in the solicitation, allowing up to 6 months of additional services beyond the potential five (5) year period of performance. Small Business Considerations: Market research indicates that two or more capable service-disabled veteran owned small businesses (SDVOSB) capable of providing the services required. Therefore, this acquisition will be set-aside for SDVOSBs. The North American Industry Classification System (NAICS) code for this acquisition is 541990 - All Other Professional, Scientific, and Technical Services, with and applicable small business size standard of $15 million. Source Selection and Milestones: The Government intends to award at least one contract under this program after a competitive source selection. Award is contemplated on the basis of best value utilizing a subjective price and past performance tradeoff source selection with technical approach, risk, price, and past performance all as factors. Anticipated milestones are as follows: •- Solicitation - Mid March 2018 •- Proposals Due - Mid April 2018 •- Contract Award - Mid May 2018 The solicitation/RFP will be issued on the Federal Business Opportunities (FedBizz Ops) web page. Paper copies will not be made available. The current solicitation number is FA486118RC007 and should be referenced in all correspondence between interested parties and the 99 th Contracting Squadron. After publication of this notice, interested parties should only correspond with the 99 th Contracting Squadron. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following software will be needed to view the solicitation and relevant attachments: Microsoft Word (.docs), Microsoft Excel (.xlxs), Adobe Acrobat Reader (.pdf), and/or WinZip (.zip or.exe). Eligibility: Prospective contractors must be registered in the System for Award Management (SAM) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to four weeks to process. Information provided in this synopsis is subject to change upon release of the RFP/solicitation. The release of the RFP/solicitation is considered the absolute requirement for the Air Force. Contracting Office Address: 5865 Swaab Blvd Nellis AFB, Nevada 89191-7063 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA486118RC007/listing.html)
 
Place of Performance
Address: Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN04828562-W 20180222/180220231621-e3250c915d237bbf796ff65609073397 (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.