Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2018 FBO #6099
SOLICITATION NOTICE

R -- F-16 Mission Tactics Trainer Training System Support Center

Notice Date
8/3/2018
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division/Network Services Division (7QFA), 819 Taylor Street, Room: 11A30, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
ID07180027
 
Archive Date
10/2/2018
 
Point of Contact
Kenneth W. Miller, Phone: 8178508341
 
E-Mail Address
kenneth.miller@gsa.gov
(kenneth.miller@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The overall objective of the Air National Guard (ANG) and Air Force Reserve Command (AFRC) F-16 Mission Tactics Trainer support contract is to provide a comprehensive operations, maintenance, and sustainment (OM&S) program to ensure F-16 MTT operators have fully functional, squadron-level, pilot training devices designed to support initial, qualification, and continuation training of full-time and part time pilots, in both training and operational F-16 units. The F-16 MTT Training System Support Center (TSSC) contract, through General Services Administration (GSA), consists of all actions and activities required for the OM&S of the ANG and AFRC F-16 MTT systems. This pre-solicitation notice establishes the requirements for the F-16 Mission Tactics Trainer TSSC contract. The requirements defined herein establish the scope of tasks, products, and services that may be required. The following task requirements fall within OM&S: a.Program Management/Systems Engineering: this includes all support, no considered co-located at the unit/base, such as: financial management, personnel management, program security, safety, subcontract management configuration management, cybersecurity support (including security and virus scans), sustainment engineering and planning, and managing technology insertion. b.Upgrades and Modifications: concurrency management, routine hardware/software modifications, and technology insertion. c.Training Systems Support or Contractor Operations and Maintenance Support (COMS): operations, maintenance and sustainment (OM&S) at numerous operational locations, and training device relocation. This includes: i.Managing and maintaining a support package to include replenishment of spares and support/test equipment required to sustain the F-16 MTT devices. ii.Managing program equipment, to include facilities and shelters iii.Supporting trade studies, analysis, and technology insertion events iv.Interoperability: DMO integration, testing, and sustainment v.Qualification and Test: test planning, integration and test support, support for Simulator Certification (SIMCERT) vi.Contract transition activities including transfer of responsibility from the prior sustainment contract d.Contract Transition: Transfer to a follow-on sustainment Contractor at the conclusion of this contract e.Deliverables: Contractor-provided master schedule, including development, delivery, installation, and test schedule for Government review and approval within six (6) weeks of award. Other deliverables included are captured in Section C.118, Deliverables. This is a non-personal, commercial services contract. The Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor. This is a performance-based requirement; therefore, the Government is defining the required results, rather than dictating the processes which the Contractor shall use to achieve those results. The primary place of performance for development and integration will be at the Contractor's facilities. However, installation and testing may be on site at multiple Government locations in the CONUS and OCONUS. Specific places of performance will be defined in the contract. The RFP is tentatively scheduled to released by August 17, 2018. The RFP will remain open for 30 days. The RFP will be solicited as "Unrestricted". It is anticipated that there will be two phases to this solicitation. Phase I will consist of providing information to show that the offeror has an approved cleared facility in accordance with the Performance Work Statement and Intelligence Community Directive 705; providing Past Experience Information; Providing Financial Information; and Providing an ITSS POC. Successful responses in Phase I will render the offeror eligible to move into Phase II. All proposals must be submitted via the GSA ITSS system. To submit a Phase I proposal for consideration, all interested offerors must send GSA an e-mail within 7 business days after solicitiation issuance identifying the following: Offerors name, name of the individual employee who will act as the offeror's GSA point of contact (POC) for this requirement that is registered in ITSS. All industry questions concerning this RFP shall be submitted to the GSA Contracting Officer within 5 business days of the solicitation issuance. The period of performance is expected to begin on or about September 30, 2018. Actual POP start and end dates will be specified on the contract CLIN structure at the time of award. The entire period of performance if all options are exercised is 1 (12 month) base year with 4 (12 month) options. The applicable NAICS is 541512. To be eligible for award, the contractor shall have this NAICS on their SAM.Gov registration. The size standard associated with NAICS 541512 is $27.5 million (effective November 5, 2010), which means that a company, including its affiliates, would be considered a "small business" if their average annual earnings does not exceed $27.5M for each of the pay periods for the preceding completed 12 calendar months. The Product Service Code is R499. Funds "Are Not" currently available for this requirement which represents a programmed/validated requirement. No award will be made under this solicitation until funds are made available to the requesting Agency. The government reserves the right to cancel this solicitation, either before or after the closing date, and there shall be no legal liability on the part of the government, to include liability for contractor's proposal costs. In addition, the offeror's response shall be valid for 180 days to avoid the need to re-solicit if funds are delayed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f07a12d53507f33dd6536764b5b252a)
 
Record
SN05020163-W 20180805/180803230933-1f07a12d53507f33dd6536764b5b252a (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.