Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
MODIFICATION

J -- AFICA Vehicle Barrier Maintenance & Repair (VB M&R) Services - Solicitation 2

Notice Date
8/30/2018
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8003-18-R-0001
 
Point of Contact
Air Force Vehicle Barriers Maintenance and Repair Team,
 
E-Mail Address
771ESS.EGA.VehicleBarrierMR@us.af.mil
(771ESS.EGA.VehicleBarrierMR@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA8003-18-R-0001 ***********UPDATE TO SOLICITATION POSTING************ The formal Request for Proposal (RFP)/Solicitation was posted on 29 Aug 2018. The document with the formal RFP (PDF titled "FA8003-18-R-0001 VB MR RFP") did not upload correctly and as such could not be opened without receiving an error message in Adobe. The formal RFP document has been re-posted. No other changes have been made as a result of this update. The proposal due date and time remains 03 Oct 2018 at 4:00 PM EST. *******************END OF UPDATE******************* HIS IS A FORMAL REQUEST FOR PROPOSAL (RFP)/SOLICITATION. Proposals in response to this solicitation are due by 4:00 PM EST on Wednesday, 03 October 2018. This acquisition is for a Multiple Award Indefinite Delivery Indefinite Quantity Contract (MAC IDIQ) for Vehicle Barriers Maintenance and Repair (VB M&R) Services to provide all personnel, labor, equipment, supplies, tools, materials, supervision, travel, periodic inspection, minor repair, and other items and services necessary to provide maintenance for Air Force vehicle barrier systems. All Contiguous United States (CONUS) Air Force installations will be required to acquire VB M&R services to include preventive maintenance (PM), inspection, and minor repair for operational vehicle barriers on this contract under a mandatory use policy, with limited exemptions, to be issued after award by the Air Force Civil Engineer Center (AFCEC). This acquisition is set-aside 100% for Small Business (SB) concerns/firms including a target of two (2) socioeconomic reserves for Woman-Owned Small Business (WOSB) concerns, resulting in two (2) competitive pools. Offerors must meet the size standard of $20.5M associated with the North American Industry Classification System (NAICS) Code applicable to this acquisition of 811219, Other Electronic and Precision Equipment Repair and Maintenance. An Offeror's SB status will be verified using the System for Award Management (SAM) website ( https://www.sam.gov ). The verification process for Offerors certifying to be a WOSB concern will include verifying that the Offeror is self-certified as a WOSB concern in SAM and has submitted documents verifying its eligibility at the time of initial offer to the WOSB Program Repository ( https://certify.sba.gov/ ). The proposed contract shall be a Firm-Fixed-Price (FFP), MAC IDIQ with a period of performance of one (1) base year with four (4) one-year option periods and one (1) six-month extension in accordance with ( IAW) FAR 52.217-8. The Government intends to issue a single solicitation and award a MAC IDIQ to a target number of eight (8) SB concerns including a target of two (2) socioeconomic reserves for WOSB concerns. Contract award is expected in March 2019. Task Orders will be competed using the Ordering Procedures found in the RFP's Addendum to FAR 52.212-4. This acquisition will utilize Performance Price Tradeoff (PPT) source selection procedures IAW Federal Acquisition Regulation (FAR) 15.101-1 and 15.3, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) and the Air Force Federal Acquisition Regulation Supplement (AFFARS), to make an integrated assessment for a best value award decision. The factors to be evaluated are Technical, Past Performance, and Price. Technical and Past Performance are equal in importance and, when combined, are significantly more important than Price. Pre-proposal Conference: A pre-proposal conference for this acquisition will be conducted on 17 Sep 2018 at 09:00 AM EST. All interested offerors are strongly urged to attend. See AFFARS Provision 5352.215-9001 within the RFP for details on the pre-proposal conference, to include instructions on information Offerors should submit in order to attend. All questions pertaining to this solicitation are due to the Contracting Office by 19 Sep 2018 at 2:00 PM EST, and all questions and answers pertaining to this solicitation will be posted with this FedBizOps posting on/around 26 Sep 2018. See AFFARS Provision 5352.215-9001 within the RFP for more information. All prospective Offerors must be actively registered in the System for Award Management (SAM) with no exclusions in order to be eligible for award ( https://www.sam.gov/ ) IAW FAR 4.1102 and 9.4. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay and/or reimburse respondents and/or their associates for any cost incurred to submit the requested information and/or proposal. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. SOLICITATION ATTACHMENTS/EXHIBITS: Standard Form (SF) 1449 (Formal RFP/Solicitation) with 13 Attachments and 4 Exhibits: Attachments: 1. Performance Work Statement 2. Management Plan 3. Past Performance Questionnaire 4. Proposal Cover Sheet 5. Pricing Matrix 6. Mission-Essential Contractor Services Plan Template 7. Mission-Essential Contractor Services Designation 8. Wage Determinations - Northwest States 9. Wage Determinations - Western States 10. Wage Determinations - Midwest States 11. Wage Determinations - Southwest States 12. Wage Determinations - Northeast States 13. Wage Determinations - Southeast States Exhibits: A. CDRL A001 - Status Reports (Task Orders) B. CDRL A002 - Training Materials (Task Orders) C. CDRL A003 - Status Reports (MAC IDIQ) D. CDRL A004 - Barrier System Controls Schematic (Task Orders) Synopsis Air Force Installation Contracting Agency 771st Enterprise Sourcing Squadron Vehicle Barrier Maintenance and Repair Service UPDATE The Request for Proposal (RFP) has been delayed but is still in process. Interested vendors should continue to monitor FBO for further updates. Thank you for your interest, time, and patience. This announcement constitutes a Special Notice (Draft RFP) for industry comment. PLEASE NOTE THAT THE ATTACHMENT IS A DRAFT REQUEST FOR PROPOSAL (RFP) ONLY. The USAF, Air Force Installation Contracting Agency (AFICA), proposes to contract in the future for USAF Vehicle Barrier Maintenance and Repair services. This future acquisition will be utilizing enterprise-wide sourcing to standardize product offerings and to leverage the best pricing for the USAF. The Government will be doing a 100% Small Business set-aside with approximately two (2) Women-Owned Small Business reserves for this acquisition. The result of this future evaluation will be to award contracts to vendors who will be the only approved and mandated sources of supply for the USAF for a possible five (5) years, when making purchases that fall under the scope of this program. The Government intends to issue a formal solicitation by way of a RFP in the next few weeks. DISCLAIMER This is a Draft RFP only. The purpose of this Draft RFP is to obtain industry feedback for planning purposes as defined in FAR 15.201(e). This Draft RFP shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any product or service. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Participants are advised that only Air Force Contracting Officers are legally authorized to commit the Government to the obligation of funds. It does not guarantee a subsequent solicitation will be issued. Submission of any information in response to this Draft RFP is completely voluntary, and costs associated with any submission will not be reimbursed by the Government. The information requested will be used by the Air Force to facilitate decision making for potential future acquisitions. Please monitor the Federal Business Opportunities (www.fbo.gov) website for future information pertaining to this potential requirement. QUESTIONS AND ANSWERS HAVE BEEN POSTED FOR ALL RESPONSES RECEIVED FROM THE DRAFT RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e30c106fe7e685f88cf7858414314d5d)
 
Place of Performance
Address: CONUS Bases, United States
 
Record
SN05065653-W 20180901/180830232027-e30c106fe7e685f88cf7858414314d5d (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.