Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2020 SAM #6917
SOLICITATION NOTICE

D -- Logistics Integration and Weapon Systems Logistics Networking Support (LOGNET)

Notice Date
11/4/2020 12:44:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
FA445220R0011
 
Response Due
11/10/2020 8:00:00 AM
 
Archive Date
11/25/2020
 
Point of Contact
Victoria R. Seelhoefer, Phone: 6182569964, Keely Webb, Phone: 6182569955
 
E-Mail Address
victoria.seelhoefer@us.af.mil, keely.webb@us.af.mil
(victoria.seelhoefer@us.af.mil, keely.webb@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 03 - add LOGNET Final RFP Q and As (as of 03 November 2020), Attachment 3 - Addendum to FAR Clause 52.212-1_AMENDED, Attachment 4 - Addendum to FAR Clause 52.212-2_AMENDED, Attachment 8 - Initial Task Order Staffing and Pricing Matrix_AMENDED, and Attachment 14 - LOGNET Task Order PWS_AMENDED. AMENDMENT 02 - extend the proposal due date to 10 November 2020. AMENDMENT 01 - add LOGNET Final RFP Questions and Answers document, add Attachment 14 - LOGNET Task Order PWS_AMENDED, add LOGNET RFP Cover Letter_AMENDED, and to extend the proposal due date to 2 November 2020. 1. �This is a Combined Synopsis/Solicitation RFP in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included within this notice. �This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This RFP is for the subject requirement to be awarded on a competitive best value basis, utilizing the subjective tradeoff source selection method conducted IAW FAR 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), the Air Force Federal Acquisition Regulation Supplement (AFFARS), and the specific requirements outlined in this request and attachments. �The terms and conditions will be utilized IAW FAR Part 12, and the specific requirements outlined in this request and its attachments. � 2. �The Government intends to award a single, Indefinite Delivery Indefinite Quantity (IDIQ) contract for the subject requirement. �The resulting IDIQ contract will have a five year ordering period. �In addition, the Government anticipates awarding an initial FFP Task Order (TO) that will cover all tasks of the IDIQ PWS with a Period of Performance of 12 months with four one-year option periods. �The primary place of performance shall be in Government facilities at Scott AFB, Illinois. �In addition to Scott AFB, Illinois, the contractor shall provide services at AF locations in CONUS and OCONUS installations, and at DISA locations. �This RFP is being solicited as a small business set-aside via the beta.SAM.gov website. The Government also intends to utilize North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services with the corresponding business size standard of $30 Million and Product Service Code (PSC) D306, IT and Telecom Systems Analysis.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition FAC 2020-07/07-02-2020. Offerors must be registered in the System for Award Management (SAM) to be considered for award. Offerors may register at www.sam.gov. A DUNS (Duns and Bradstreet) number is required in order to register. 3. �The selection for award of this contract will be made to the offeror who is deemed responsible IAW FAR 9, as supplemented, whose proposal conforms to the solicitation�s requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Addendum to FAR Clause 52.212-1of the solicitation) and is judged, based on the evaluation factors and subfactors �(outlined in Addendum to FAR Clause 52.212-2 of the solicitation), to represent the best value to the Government. Additionally, clause at 52.212-4, Contract Terms and Conditions-Commercial Items and clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. 4. �Notice to Offeror(s): �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. 5. �Identify any conflict of interest or appearance issues which may be a potential Organizational Conflict of Interest (OCI), IAW FAR 9.5, as supplemented. �Organizational Conflict of Interest mitigation plans or a statement that no OCI exists should accompany your proposal. �Contractors are responsible for immediately notifying the Contracting Officer should any potential conflict of interest arise at any time prior to and/or after contract award. 6. �Your proposal must include a cover letter stating �proposal acceptance is through 20 August 2021. � �The cover letter shall be submitted on company letter head that includes the company name, address, and a specific point of contact (POC). 7. �Questions and Answers/Assumptions and Exceptions: �Contractors are cautioned that all communications are to be channeled through the Contracting Officer (CO). �Any questions, whether technical or contractual in nature, shall be submitted in writing. �Questions and Answers shall be submitted in writing to the Contract Specialist (CS), Ms. Victoria Seelhoefer, victoria.seelhoefer@us.af.mil, and the CO, Ms. Keely Webb, keely.webb@us.af.mil. All Questions shall be submitted by 12:00 PM Central Time, on 07 October 2020. �Questions will be consolidated and responses will be posted to the beta.SAM.gov website. �No further questions will be addressed on this requirement after this time and date. Contractors shall address any assumptions and proposed exceptions to the Contracting Officer in their proposal. � 8. �This RFP is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing a proposal. �The Government reserves the right not to award a contract in response to this RFP. �Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. 9. �Proposals are due by 10:00 AM Central Time on 26 October 2020. �Submit proposals electronically via email to Ms. Victoria Seelhoefer, victoria.seelhoefer@us.af.mil, and Ms. Keely Webb, keely.webb@us.af.mil. �All electronic submissions shall reference the complete RFP number in the subject line. �LATE PROPOSALS WILL NOT BE ACCEPTED. � 10. �For all technical and contractual questions and comments, please contact Ms. Victoria Seelhoefer, Contract Specialist, via email at victoria.seelhoefer@us.af.mil or phone at (618) 256-9964, or Ms. Keely Webb, Contracting Officer, via email at keely.webb@us.af.mil or phone at (618) 256-9955. � RFP Attachments: Attachment 1 � Performance Work Statement (PWS) with attachments Attachment 2 � QASP Attachment 3 � Addendum to FAR Clause 52.212-1 Attachment 4 - Addendum to FAR Clause 52.212-2 Attachment 5 � CDRLs Attachment 6 � Provisions and Clauses Attachment 7 � IDIQ Contract Labor Rates and Labor Category Description Attachment 8 � Initial Task Order Staffing & Pricing Matrix Attachment 9 � Past/Present Performance Questionnaire (PPQ) Attachment 10 � Past/Present Performance Information Sheet (PPIS) Attachment 11 � Sample Consent Letter Attachment 12 � LOGNET DD254 Attachment 13 � Client Authorization Letter Attachment 14 � LOGNET Task Order PWS �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/946621e9ebff4278ba80aa0f56f0d58c/view)
 
Place of Performance
Address: Scott AFB, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN05845671-F 20201106/201104230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.