Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

M -- Range Support Services - Collective Bargaining Agreements

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA8240-15-R-3102
 
Point of Contact
Mary Shinney, Phone: 8017775353
 
E-Mail Address
mary.shinney@us.af.mil
(mary.shinney@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Collective Bargaining Agreements ***This requirement is redirected from the Sources Sought Synopsis posted under FA8240-13-R-7010. Notice FA8240-13-R-7010 will be archived and all further information pertaining to the RSS II contract will be posted under FA8240-15-R-3102. The information provided herein replaces and superceeds information previously posted under FA8240-13-R-7010. *** General Information This Request for Information is to encourage early industry involvement for the Range Support Services (RSS) II contract. This is for informational purposes only and information contained herein may change as the strategy is finalized. Services are to be performed at the Nevada Test and Training Range (NTTR). Contract award is anticipated by June 2017 with a contract transition start date of 01 July 2017. The Government is anticipating release of the RSS II Request for Proposal (RFP) Fall of 2015. This will be a full and open, two (2) phase source selection, utilizing Best Value Trade-off source selection procedures in accordance with FAR Part 15. The Government is encouraging teaming arrangements from offerors. Only the three (3) most highly evaluated offeror teams will be provided the RFP in Phase 2. Based upon previous industry feedback, each offeror team will be provided no more than twenty (20) program briefed personnel positions for proposal development in Phase 2. The estimated value of this acquisition is $3.6B. The Government anticipates a single award of a Requirements contract with a 16-year period of performance (including options and award terms). There will be a 3-month transition period beginning on 01 July 2017. The pricing arrangements will be Firm Fixed Price (FFP ) (transition in), Cost Plus Award Fee (CPAF ) (range support services - organic labor (e.g. prime plus teaming partner)), and Cost Reimbursable (CR)(travel, material, non-organic labor sub-contracts, and other direct costs). Offeror teams responding to this requirement must meet the following criteria. The Government will not entertain any offers that do not meet the following requirements: 1. Offeror teams may not have any foreign ownership, control, or influence. 2. Offeror teams must meet all requirements of the attached draft DD Form 254 (e.g. offeror teams must have Special Access Program Facility (SAPF ). 3. Offeror teams must have a proposal team that has TS/SSBI clearances and is program briefable on Day 1 of Phase 2. (Note: See the attached security questionnaire required from every member of the proposal team. Any "yes" answers on the questionnaire is likely to result in an individual not being briefable due to time to adjudicate.) 4. Proposals will only be accepted from offeror teams that have experience in all functional areas of the Performance Work Statement (PWS ). 5. The Government will perform a responsibility determination in accordance with FAR Part 9.104 on the prime offeror and team-members in both Phase 1 and 2 of the RFP. The Government will not evaluate a proposal from any offeror team member that is found to be non-responsible. Non-responsible offeror teams shall not be considered for award. The Government will not delay the issuance of the proposal submission due to changes in the offeror team's personnel security or facility status. Failure to meet and retain these requirements may result in an offer team's disqualification from the competition and from further consideration. An offeror team's engagement with the program security office, for the purspoes of meeting DD Form 254 requirements (e.g. establishment of a SAPF facility or program access), shall not constitute discussions. Source Selection Evaluation Criteria Phase 1 will consist of an offeror self-scoring evaluation worksheet, utilizing a pre-determined set of criteria and associated values. The offeror team is required to provide evidence to support the assertions in the worksheet. The Government will validate the information provided and calculate the offeror team's overall score. Past performance (recency, relevancy, and quality) of the offeror team will be included in the Phase 1 criteria. The Government will select the three (3) most highly evaluated offeror teams to proceed to Phase 2 of the RFP - receipt of the solicitation. Phase 2 will be a trade-off consisting of the following factors and sub-factors, in descending order of importance: Factor 1: Technical Approach Sub-factor 1: Program Management Sub-factor 2: Recruit/retain qualified personnel Sub-factor 3: Technical expertise Sub-factor 4: Innovation/efficiencies Factor 2: Technical Approach Risk Factor 3: Cost/Price The Technical Approach sub-factors are more important than Technical Approach Risk and Cost/Price. Technical Approach Risk is more important than Cost /Price. When Technical Approach sub-factors and Technical Approach Risk are combined, they are signficantly more important than Cost/Price. Tentative Acquisition Schedule Release of draft RFP - June 2015 Industry Day/range tour (with one-on-one sessions) - 14-16 July 2015 Release of RFP-Phase - November 2015 Submission of Phase 1 worksheets - December 2015 Release of RFP-Phase 2 - March 2016 Submission of Phase 2 proposals - May 2016 Industry Day The Government will hold an Industry Day in July 2015. This will consist of a general briefing of the RSS II requirements and anticipated acquisition strategy. There will be one-on-one sessions provided to interested offeror teams. A range tour will also be provided. The general and one-on-one sessions will be held at Nellis AFB, NV. No more than five (5) individuals will be allowed at the general and one-on-one session. No more than two (2) individuals per offeror team will be allowed for the range tour. Offeror teams shall submit their interest in participation to Mary Shinney at mary.shinney@us.af.mil no later than 10 June 2015 and include a list of participants. Individuals attending the range tour must complete the attached Criminal History Release Form, to be processed through National Criminal Investigative Check (NCIC ), and remit to Capt Chris Rasor at christopher.rasor.1@us.af.mil no later than 10 June 2015. Electronic equipment (e.g. cell phones, lap tops, tablets, etc.) will not be permitted on the range tour. There is limited space available at the venues. This event is being provided for offeror teams that are interested in priming on this acquisition and is not an opportunity to network for teaming and/or consulting purposes. Question for Industry 1. The Government is anticipating a 0% base and 2% minimum award fee in association with the CPAF contract line item number (CLIN ). Provide comment and/or recommendation. Response/comment to this RFI and industry question is required by COB, 15 May 2015. Remit response to Mary Shinney at mary.shinney@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA8240-15-R-3102/listing.html)
 
Record
SN03723307-W 20150509/150507234636-f63db34fbea8e5ff1dc8142e5bb99c1b (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  © 1994-2020, Loren Data Corp.