Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2024 SAM #8118
SOLICITATION NOTICE

A -- Rapid Technology Augmentation Support (RTAS)

Notice Date
2/16/2024 9:41:33 AM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
GSA FAS AAS REGION 4 ATLANTA GA 30308 USA
 
ZIP Code
30308
 
Solicitation Number
47QFSA24R0006
 
Response Due
3/7/2024 1:00:00 PM
 
Archive Date
03/22/2024
 
Point of Contact
Rusty Singleton, Phone: 4783839031, Randi Williams, Phone: 4048611364
 
E-Mail Address
rusty.singleton@gsa.gov, randi.williams@gsa.gov
(rusty.singleton@gsa.gov, randi.williams@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a synopsis for commercial services prepared in accordance with the format in FAR 5.207, as supplemented with additional information included in this notice. The United States Air Force Research Laboratory (AFRL), �Rapid Technology Integration Office (RTIO), Wright Patterson Air Force Base (WPAFB), Dayton, OH has a requirement to procure Rapid Technology Augmentation Support (RTAS) to support the AFRL Spectrum Warfare Division, AFRL/RYW. This requirement will be solicited, awarded, and managed by the General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services (AAS). The GSA APEX 2 Sector 1 is seeking an experienced, qualified, and capable contractor source to satisfy the RTIO�s RTAS requirements, and intends to issue a Request for Proposal (RFP) for a Single Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract utilizing FAR Part 15 procedures. The anticipated period of performance of the resulting IDIQ (if issued) will consist of a one-year basic and four one-year option periods, in addition to a six-month Extension of Services (EOS) period in accordance with FAR 52.217-8, Option to Extend Services. The Government estimates a Rough Order of Magnitude (ROM) for the total requirement to be between $40M and $71M with total base year task orders estimated at ~$11M and Option Years 1 (OY1) � 4 estimated at ~$12M � ~$14M each. It is anticipated the RFP will be released in March 2024. The North American Classification System (NAICS) code for this requirement (based upon the predominance of the work) is 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The Product and Service Code (PSC) is AC33 - National Defense R&D Services; Defense-Related Activities; Experimental Development. The size standard for this NAICS is 1,000 employees. The RTAS effort will support the warfighter through the integration of various commercial off the shelf (COTS) components and government off the shelf (GOTS) components utilizing superior systems engineering principles to deliver unique capabilities that are both functional and secure. This technology integration includes the entire cycle, from assessment through production and sustainment.� The customers of AFRL/RYW are composed of a wide spectrum of users that include Senior Leadership in the United States Government (USG), Combatant Commands, Intelligence Agencies, and other Department of Defense (DoD) entities. Deployment solution environments may include in-garrison, mobile use, traveling, austere locations, and wartime conditions. These environments may be permissive or denied depending on the specific application and use case. The place of performance shall be the contractor�s location which must be located within 50 miles of 2241 Avionics Cir, WPAFB, OH 45433. Classification requirements are included in the Place of Performance paragraph of the draft Performance Work Statement (PWS). The contractor shall maintain a Facility Clearance (FCL) in accordance with the stated PWS requirements and shall maintain full accreditation throughout contract and task order performance. It is anticipated a minimal amount of the work may be performed at WPAFB or other sites as negotiated at the task order level. The projected Period of Performance (PoP) for this effort would be a base year with 4 option years, and an optional extension of services period of 6 months. If awarded within the projected timeline, the PoP would span from July 2024 to December 2029. The contractor may be required to work non-standard hours, weekends, and/or holidays to meet development timelines, customer test schedules, and customer deployment timelines as dependent upon the needs of the government as described in individual task orders.� The IDIQ award will include Firm Fixed-Price (FFP) Contract Line Item Numbers (CLINs) and Cost Reimbursable-No Fee (CRNF) CLINs for Supplies and Travel. Task Orders (TO�s) issued under this IDIQ may focus on technology integration at any phase or all phases of the lifecycle as defined in the specific requirement. Task Orders (TOs) issued under this IDIQ may focus on technology integration at any phase or all phases of the lifecycle as defined in the specific requirement. The solicitation will include a unit quantity for each Contract Line Item Number (CLIN) based upon an offeror�s proposed price for a representative base unit as described in the PWS. The unit price times the quantity will be used as a multiplier resulting in a Firm Fixed-Price (FFP) IDIQ ceiling and FFP task orders. There is a current need for RTAS services which will be addressed on Task Order 01 (TO1), to be awarded along with the IDIQ.�� It is anticipated this acquisition will utilize a two-phased approach. Offerors will have 16 days for Phase I responses, and offerors who choose to continue to Phase II will have 14 days for Phase II responses.� The timelines within the RFP are intentionally minimal to represent similar timelines to those the awardee will experience for actual task order awards. Potential offerors are encouraged to review and understand the representative base units for CLINs X001-X006 as described in the PWS and the IDIQ CLIN descriptions. These have not changed from the archived Sources Sought 47QFSA23K0051.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3dde7f6ae81b405790b9efe2b69ad2e0/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN06968789-F 20240218/240216230055 (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.