Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOLICITATION NOTICE

R -- Trainer Developer III (TDIII)

Notice Date
1/15/2025 8:22:19 AM
 
Notice Type
Solicitation
 
NAICS
333310 —
 
Contracting Office
GSA FAS AAS REGION 4 ATLANTA GA 30308 USA
 
ZIP Code
30308
 
Solicitation Number
47QFWA24R0017
 
Response Due
1/17/2025 3:00:00 PM
 
Archive Date
02/01/2025
 
Point of Contact
Richard Hill, Frank Puente
 
E-Mail Address
richard.hill@gsa.gov, frank.puente@gsa.gov
(richard.hill@gsa.gov, frank.puente@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Trainer Developer III (TDIII) Update as of 01/15/2025 ***See Important Note Below*** Description: AMENDMENT 04 to Request for Proposal 47QFWA24R0017 Amendment 04 to this RFP does the following: Removes the requirment to submit propsals via a SF1449. PWS Sections L.3.4.2(i � l) were removed as the SF1449 is auto-generated at the time of award in the ASSIST system. Clarifies that only the minimum guarantee of $2,500.00 will be obligated at award. Notes that offerors shall sign their proposal to legally bind the business to the proposal being submitted. *** IMPORTANT *** To accommodate the submission of the RFP in GSA ASSIST: Please ensure that you notify the GSA Contracting Officer, Richard Hill at richard.hill@gsa.gov and Project Manager, Frank Puente at frank.puente@gsa.gov of your intent to submit a proposal NLT January 13, 2025 via email. Once GSA receives the intent to submit a proposal, a link invitation will be sent from GSA ASSIST allowing you to submit the needed attachments by the deadline listed within this announcement. ______________________________________________________________ Update as of 01/06/2025 ***See Important Note Below*** Description: AMENDMENT 03 to Request for Proposal 47QFWA24R0017 Amendment 03 to this RFP does the following: Posts the Responses to Questions 35 � 57 as of 01/06/2025. Makes changes to PWS Sections A-J and K-M (revisions dated 01.06.2025). Changes are all highlighted in yellow. Updates Attachment 1 Pricing Spreadsheet to add Labor Categories Mechanical Engineering Support, Computer and Network System Support, and Electrician/Electrical Engineering Support (revision dated 01/06/2025). Updates Attachment 5 Labor Category Descriptions to provide descripitions for: Computer Operator I, Computer System Analyst, Electrical Engineering Technologist, Electronics Technician Maintenance I, and Electrician, Maintenance (revision dated 01/06/2025). *** IMPORTANT *** To accommodate the submission of the RFP in GSA ASSIST: Please ensure that you notify the GSA Contracting Officer, Richard Hill at richard.hill@gsa.gov and Project Manager, Frank Puente at frank.puente@gsa.gov of your intent to submit a proposal NLT January 13, 2025 via email. Once GSA receives the intent to submit a proposal, a link invitation will be sent from GSA ASSIST allowing you to submit the needed attachments by the deadline listed within this announcement. ______________________________________________________________ Update as of 12/27/2024 ***See Important Note Below*** Description: AMENDMENT 02 to Request for Proposal 47QFWA24R0017 Amendment 02 to this RFP does the following: Posts the Responses to Questions 1 � 34 as of 12.27.2024. Makes changes to PWS Sections A-J and K-M (revisions dated 12.27.2024). Changes are all highlighted in yellow. Updates Attachment 1 Pricing Spreadsheet to remove rows 46 through 52 on Tab A and add the formulas for Tab B, Column S which were mistakenly not entered. (revision dated 12.27.2024). *** IMPORTANT *** To accommodate the submission of the RFP in GSA ASSIST: Please ensure that you notify the GSA Contracting Officer, Richard Hill at richard.hill@gsa.gov and Project Manager, Frank Puente at frank.puente@gsa.gov of your intent to submit a proposal NLT January 13, 2025 via email. Once GSA receives the intent to submit a proposal, a link invitation will be sent from GSA ASSIST allowing you to submit the needed attachments by the deadline listed within this announcement. ______________________________________________________________ Update as of 12/19/2024 Description: AMENDMENT 01 to Request for Proposal 47QFWA24R0017 Amendment 01 to this RFP adds Attachment 3_Previous Experience Information which was previously missing from the solicitation. It also makes changes to PWS Sections A-J and K-M (revisions dated 12.19.2024). Changes are all highlighted in yellow. Additionally, it removes references to a Security Attachment in H.5 and H.6 which currently does not exist. ______________________________________________________________ Posted as of 12/17/2024 Purpose: The General Services Administration (GSA), Federal Acquisition Services � APEX 2, Sector 3 seeks interested firms to award a Single Award - Indefinite Delivery Indefinite Quantity (IDIQ) Contract with a $100M ceiling. Please see the attached PWS Solicitation Sections A-J and K-M (including attachments) for more details. Background: The 502 Trainer Development Squadron (TDS) is part of the 502d Air Base Wing (502 ABW) which is headquartered at JBSA Fort Sam Houston in San Antonio, Texas. The 502 TDS� mission is to deliver and maintain information technology (IT) based simulation and training systems for its customers. Functioning as a Government Owned Government Operated (GOGO) organization under the direction of Headquarters Air Education and Training Command (AETC), the 502 TDS responds to internal and external Department of Defense (DoD) customers to meet their requirements in support of Technical/Operational Qualification and Continuation Training. This requirement, Trainer Developer III (TDIII) is a single award IDIQ contract, which will include labor rates for use in Firm-Fixed-Price (FFP) and Time and Material (T&M) orders. Orders will be issued by GSA APEX 2 Contracting Officers (CO) on a FFP or T&M or hybrid basis as applicable and may be for commercial and/or non-commercial services. Projects issued under this contract on individual orders may be severable or non-severable depending on the specific order scope of work/requirement. Additionally, orders may include option periods that may extend beyond the period of performance of the base contract for a maximum period of five (5) years. The proposed NAICS to be used is 333310 - Commercial and Service Industry Machinery Manufacturing which has a small business size standard of 1000 employees. Contractor performance includes but is not limited to the following tasks: The Contractor shall research, analyze, design, develop, fabricate, integrate, test, deliver, and install simulators, simulator systems and associated components. The contractor shall complete all necessary non-recurring engineering (NRE) and logistics data development activities to make the developed material compatible with the Government�s requirements as outlined in the contract. The Contractor shall first determine the availability of commercial off the shelf (COTS) solutions prior to proposing any new developmental effort. The contractor shall conduct movement and modification of aircraft in order to design, develop and fabricate mock-up simulators. While most orders are anticipated to have IT-based efforts within, including aircraft moves, some orders may only involve only aircraft moves. Aircraft moved in the past include a H60, KC135, C-17 and C-130 amongst others. The Contractor shall provide the necessary plant administrative, financial, quality assurance, analyst, specialist, technical, and managerial personnel, as well as the resources necessary for support of this requirement. The Contractor shall be responsible for managing projects in coordination with the 502 TDS. The Contractor shall provide program office personnel which includes, but is not limited to, logisticians, analysts, specialists, and subject matter experts (SMEs) as needed for support of task orders. The Contractor will be required to provide materials/hardware for this effort to complete the systems integration projects that will be outlined on subsequent task orders. Instruction: The offeror�s proposal shall consist of five (5) volumes. Each volume shall be a separate electronic file. The volumes are identified as: Volume I � Technical Approach Volume II � Previous Experience Volume III � Past Performance Volume IV � Price Volume V � General Administrative Requirements / Representations & Certifications Note: Page limitations are outlined in Section L.3.0 Submission Instructions of the PWS. Any questions regarding this procurement shall be sent via e-mail to richard.hill@gsa.gov and frank.puente@gsa.gov with the subject line �RFP Questions on SOLICITATION # 47QFWA24R0017� no later than December 30th 2025 by 10:00AM (CST). Proposals are due by: January 17th 2025 by 5:00PM (CST) The contractor must submit its proposal by the date and time established in the RFP to GSA's Electronic Ordering System (GSA ASSIST). If you are unable to attach your proposal in GSA ASSIST due to a technical difficulty, you must report the problem to the IT help desk, the PM, Frank Puente via email at frank.puente@gsa.gov and the CO, Richard Hill, via email at richard.hill@gsa.gov in sufficient time prior to closing to allow for the submission of the proposal via an alternative method determined by the CO. Any proposal received by GSA after the closing date/time is late and will not be considered for award. NOTE: Failure to register properly in, GSA ASSIST, is not an acceptable reason for the inability to submit a proposal or for failing to receive communications regarding this solicitation. The only method by which any term of the solicitation may be modified is by a formal amendment to the solicitation generated by the issuing office. No other communication made whether oral or in writing (e.g., Q&A prior to response closing date and time, clarifications, etc.) will modify or supersede the solicitation. If the Offeror identifies a mistake or ambiguity, they should immediately bring this to the attention of the Contracting Officer to be corrected or clarified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2c96f19638f84078bb32776975465bda/view)
 
Place of Performance
Address: Universal City, TX, USA
Country: USA
 
Record
SN07313598-F 20250117/250115230100 (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.