SOLICITATION NOTICE
Z -- DRAFT: Cape Canaveral Launch Operations and Infrastructure Support (CLOIS III) Request for Proposal (RFP)
- Notice Date
- 5/26/2022 11:38:40 AM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA2521 45 CONS LGC PATRICK SFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA252122R0009
- Response Due
- 3/4/2022 11:00:00 AM
- Archive Date
- 02/17/2023
- Point of Contact
- Heather C. Carino, Heather C. Carino
- E-Mail Address
-
45cons.clois@us.af.mil, 45cons.clois@us.af.mil
(45cons.clois@us.af.mil, 45cons.clois@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- **Update**�The Draft RFP questions and answers has been updated with additonal information and posted in this notification.�� **Update** Thank you for your feedback and input provided in response to the CLOIS III FA2521-22-R-0009 Request for Information for the Draft RFP.� The Government has reviewed all responses, and will take them into consideration going forward.� If your firm's submittal included questions requiring Government response, the questions and answers are posted in this notification.� We encourage you to monitor SAM.GOV for further information, as a Request for Proposal is anticipated in June 2022.� Please note that acquisition milestones are subject to change at the Govnernment's discretion and are provided for informational awareness only.�� **This notice is associated with previous solicitation number FA252121R0004.** Introduction: This is a Request for Information (RFI) regarding the DRAFT SOLICITATION for a follow-on contract, Cape Launch Operations and Infrastructure Support III (CLOIS III) at Cape Canaveral Space Force Station, Kennedy Space Center, and Annexes. The Government estimates a ceiling of $489M, with the potential for an ordering period of 9.5 years.� Responses to this RFI will provide the Government with knowledge of industry interest, qualifications, and capability. Responses will also help the Government with conducting market research as well as finalizing solicitation documents. This is only a request for information, and the type of solicitation may depend upon the responses received. In conjunction with this Draft Solicitation, there will be an Industry Day held on 7 March 2022. Details of the Industry Day are included in SAM.gov as a separate announcement and can be found at the following web address: https://sam.gov/opp/4eb6b5082c7f405ea4e789e74c83858d/view This is NOT an official Request for Proposals (RFP). Please DO NOT submit draft proposals. Comments are highly encouraged and will be accepted by the POC referenced herein. This RFI is part of ongoing Government conducted market research for planning purposes. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation. The Government will not provide reimbursement for costs associated with this request. Responses shall be treated as information only, become property of the US Government and will not be used as a proposal. Any information provided by industry to the Government as a result of this RFI is strictly voluntary; responses will not be returned. The information obtained from industry's responses to this notice may be used in the development of an acquisition strategy and a future RFP. Questions: 1. Industry review and input on the PWS is always beneficial for authoring a well-written requirement. Please identify any concerns or questions you have regarding the draft PWS. 2. Identify measures/terms that should be identified within the PWS regarding contractor vs. Government responsibilities given the nature and scope of this PWS? 3. What is the best assessment method of whether or not the Government is receiving quality Service (see Appendix D ? Performance Requirements Summary)? How would you measure success on this program? What thresholds, measures, and/or metrics do you recommend for the performance work statement? 4. Do the Workload Indicators include all required primary and secondary subtasks necessary to meet the requirements of the PWS? If not, what tasks are necessary? 5. Do you believe the Contract Data Requirements Lists (CDRLs) are appropriate and adequate for this project? What CDRLs would you add or remove, and why? 6. The intent of the cost/price workbook is to ensure a streamlined document for the purposes of cost/price analysis. Are the instructions for completing Attachment L-XX Cost/Price Workbook clear? Are there any areas within the cost/price workbook that are not compatible with the cost/price data format used by your company? 7. Do you anticipate any issues with any of the CLIN types? Industry Response Interested parties are responsible for adequately marking any proprietary or competition sensitive information contained in their response. Responses to this RFI should be submitted NLT 1400 Friday, 4 March 2022 to the Contracting Officer, Heather Carino at 45cons.clois@us.af.mil. Responses are expected to be on company letterhead and must include the following information: date, point of contact, address, phone number, email address, DUNS number and CAGE code. Interested parties may submit questions to the Government which will be answered via public posting on sam.gov. All correspondence must only be submitted to the Contracting Officer, Heather Carino at 45cons.clois@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3646a0c54cb048709411c88fcb70d9d2/view)
- Place of Performance
- Address: Canaveral Air Station, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN06339937-F 20220528/220526230100 (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 |