Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SPECIAL NOTICE

70 -- IOPLEX Maintenance and Support - Synopsis

Notice Date
8/10/2018
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AZ8121B102
 
Point of Contact
Jenna A. Jacobson, Phone: 6612772094
 
E-Mail Address
jenna.jacobson@us.af.mil
(jenna.jacobson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOCA IOPLEX Maintenance and Support PART: U.S. GOVERNMENT PROCUREMENTS AFTC/PZIEA Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 SUBJECT: IOPLEX Maintenance and Support REF NO.: F1S0AZ8121B102 This is a notice of contract action (NOCA); this is not a solicitation for proposals. No reimbursement will be made for any costs associated with providing information in response to this NOCA or any follow-up information requests. The purpose of this NOCA is to notify industry of the USAF's intent of contract action and possibly gain knowledge of other potentially qualified sources and their size classifications (small business, large business, etc.) please do not request a copy of solicitation, as one does not exist. Notice of Contract Action: The AFTC Contracting Directorate (AFTC/PZIEA), Edwards AFB intends to issue a sole source, Firm-Fixed Price Contract under Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items IAW FAC 2005-95 (13 January 2017); FAR Part 13 Simplified Acquisition Procedures IAW FAC 2005-95 (13 January 2017); FAR part 6.302 Circumstances Permitting Other Than Full and Open Competition IAW FAC 2005-95 (13 January 2017) to Real Time Logic, Inc., 14130 Sullyfield Circle, Suite E-1, Chantilly, VA 20151. The applicable NAICS is 511210 with a size standard of $38.5M. The following is a brief description of the acquisition requirements: Annual renewal plus four option years of RT Logic (previously Avtec) IOPLEX systems: 1. Basic Year - 1 Oct 18 - 30 Sep 19 A. Extended Hardware Maintenance - QTY (89) SYSTEMS B. Customized Software Support Plan (availability 365 days/8 hours/5 days per week, Revelations on-line help desk, and 104 hours/year technical Support) - QTY (89) SYSTEMS 2. Option Year 1 - 1 Oct 19 - 30 Sep 20 A. Extended Hardware Maintenance - QTY (90) SYSTEMS B. Customized Software Support Plan (availability 365 days/8 hours/5 days per week, Revelations on-line help desk, and 104 hours/year technical Support) - QTY (90) SYSTEMS 3. Option Year 2 - 1 Oct 20 - 30 Sep 21 A. Extended Hardware Maintenance - QTY (90) SYSTEMS B. Customized Software Support Plan (availability 365 days/8 hours/5 days per week, Revelations on-line help desk, and 104 hours/year technical Support) - QTY (90) SYSTEMS 4. Option Year 3 - 1 Oct 21 - 30 Sep 22 A. Extended Hardware Maintenance - QTY (90) SYSTEMS B. Customized Software Support Plan (availability 365 days/8 hours/5 days per week, Revelations on-line help desk, and 104 hours/year technical Support) - QTY (90) SYSTEMS 5. Option Year 4 - 1 Oct 22 - 30 Sep 23 A. Extended Hardware Maintenance - QTY (90) SYSTEMS B. Customized Software Support Plan (availability 365 days/8 hours/5 days per week, Revelations on-line help desk, and 104 hours/year technical Support) - QTY (90) SYSTEMS There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include verification of the Offeror's Representation and Certifications-Commercial Items in accordance to FAR 52.212-3. If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load required information. Any response received without completing this registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR part 12. All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. Responses must be received no later than (NLT) 4:00 p.m., Pacific Standard Time, August 17, 2018. Responses should be submitted to: Contract Specialist Jenna Jacobson (AFTC/PZIEA), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. The contractual point of contact is Jenna Jacobson, (661) 277-2094, E-mail: jenna.jacobson@us.af.mil. Telephone requests to be placed on a mailing list will not be honored. Facsimile responses are acceptable and must be received on or before the closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AZ8121B102/listing.html)
 
Record
SN05031120-W 20180812/180810230718-f5c4604b1baa90b14bd8458ac4b7c08a (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.