MODIFICATION
R -- Special Operations Forces Global Logistics Support Services (SOF GLSS) - Package 8a - Package 5b - Package 7b - Package 4b - Package 3c - Package 2b - Package 1d
- Notice Date
- 6/10/2016
- Notice Type
- Modification/Amendment
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD, LEXINGTON, Kentucky, 40516-9723
- ZIP Code
- 40516-9723
- Solicitation Number
- H92254-16-R-0001
- Point of Contact
- Michael J. Hawkins, Phone: 8138267047, Michelle Riisma, Phone: 8138268080
- E-Mail Address
-
michael.hawkins4@socom.mil, michelle.riisma@socom.mil
(michael.hawkins4@socom.mil, michelle.riisma@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- One-on-One Attendee Roster Attachment List rev 3 WD (Nationwide) rev 0 WD (Lexington) rev 0 WD (Ft Walton Beach) rev 0 CBA (Ft Walton Beach) rev 0 CBA (Bluegrass Station) rev 0 List of Applicable CBAs and WDs rev 0 Q&A Template rev 0 Enterprise Budget Template rev 1 DD 254 rev 2 Draft RFP rev 3 **10 Jun 2016 Revised Draft RFP Documents, Additional Q&A, and Updated Information** The draft RFP is now closed. The Government appreciates all of the comments and feedback received from Industry. The Government's focus will now shift to finalizing the RFP documents for internal and DPAP peer reviews so that the final RFP can be posted in early Aug 2016. The Government understands the importance of schedule and therefore if planned dates slip more than one week, an update will be posted to FedBizzOps. **NOTE - **UPDATE TO PACKAGES (10 Jun 2016)** The following packages replace the packages noted in their entirety. Tracked changes were used to the maximum extent possible: Package 1d replaces Package 1c; Package 2b replaces Package 2a; Package 3c replaces Package 3b; Package 4b replaces Package 4a; Package 5b replaces Package 5a; Package 7b replaces Package 7a; and Package 8a replaces Package 8 **NOTE - This notice replaces FBO Notice H9222215ROSGS** This is a draft Request for Proposal (RFP) for the Special Operations Forces Global Logistics Support Services (SOF GLSS) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This notice is provided for purposes of providing Industry with the most current information. The objective of the IDIQ is to acquire contractor-provided services to perform: 1. Global program support services utilizing three Core Competencies: Streamlined Design and Rapid Prototyping; Production, Modification, and Integration; and Lifecycle Sustainment Activities across the two major areas of SOF platforms: aviation and SOF systems (ground and maritime); and 2. Enterprise functions normally associated with running a Government-Owned Contractor-Operated (GOCO)-type (state-owned, Government-leased (tenant), contractor-operated) operation in a cost efficient manner to include logistics operations; facility management; environmental, safety, and health; security management; and information technology (IT) management. This announcement does not constitute a solicitation and proposals are not being requested at this time. The draft RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The NAICS code is 561990 and the small business size standard is $11 million. The ordering period is 10-years if all options are exercised, the guaranteed contract minimum is $500,000.00, and the contract maximum is $8,000,000,000.00. The Government may issue a final RFP for this requirement. In that case, the RFP number H92222-16-R-0001 will be issued as an RFP using full and open competition with no exclusions/set-asides but with minimum mandatory requirements for Small Business subcontracting (outlined in RFP Section H.11). If/when issued, the final RFP may result in a single award IDIQ contract issuing task and delivery orders of multiple contract types. If/when the final RFP is issued, offerors will be required to submit proposals in accordance with the instructions outlined in Section L of the RFP. To gain access to several of the draft RFP attachments including the Performance Work Statement (PWS), PWS Appendices, Quality Assurance Surveillance Plan (QASP), Contract Data Requirements List (CDRLs), Representative Task Order Instructions to Offerors (ITOs) and Statements of Objectives (SOOs), and Cost Templates, and Government answers to initial draft RFP questions, an Explicit Access Request must be made via this FBO posting. Email and/or phone call requests will not be accepted. Before Explicit Access is granted, the Contracting Officer will verify registration in SAM and Top Secret Facility Clearance and Secret Level of Safeguarding in accordance with the DD 254. Please be advised, this verification can take up to 24 hours. Requests for Explicit Access received on a Friday after 3:00 pm Eastern Time will not begin verification until the next business day. This verification process has been established to limit the dissemination of sensitive but unclassified information and proof of Top Secret Facility Clearance and Secret Level of Safeguarding are required to propose on this effort as a prime offeror. Communications with anyone other than the Contracting Officer and Contract Specialist are prohibited. Those contractors interested in proposing as a prime contractor or teaming with a prime contractor on this effort must email their questions in writing to Mike Hawkins, Contracting Officer, michael.hawkins4@socom.mil and Mrs. Michelle Riisma, Contract Specialist, michelle.riisma@socom.mil. If a question must be asked, please utilize RFP Attachment 12, Q&A Template to summarize all questions. These questions should not repeat any questions previously answered by the Government. *NOTE* The Government responses to all draft RFP questions received to date are included in Package 8a. Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence (using the Q&A Template), for documentation purposes. Individual responses to inquiries will not be provided. If it is necessary to include proprietary information in the template, it must be marked appropriately in Column E of the Q&A Template. Notes/Information: 1. A complete scrub and/or peer and policy review of Sections D-I of the draft RFP has not yet been accomplished but will be accomplished prior to the final RFP release. 2. All Attachments to the RFP in Section J have not been finalized. 3. PWS Appendix G is still being finalized with TO information and final color coding. 4. The Draft AFA0000000-107 Specification for Representative Task Order 1 (AC-130J Kits and Installs) is not currently available. The Government intends on posting it when it becomes available and NLT the final RFP posting. Please read through the entire revised draft RFP and attachments prior to submitting additional questions. Package 1d contains a list summarizing all of the revised draft RFP attachments, their associated FedBizzOps package number, and whether or not Explicit Access is required. Excerpts of the approved Acquisition Strategy briefing are included in Package 7b so offerors can understand the Government's goals and objectives for this requirement as well as to provide additional information that may be useful in preparing and submitting eventual proposals. Offerors may submit questions to the Contracting Officer at any time; however, as noted above, the Government's focus has shifted to finalizing the RFP documents so answers to questions may be delayed. The final RFP is anticipated to be available on FedBizOpps on/around 4 Aug 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.html)
- Record
- SN04146028-W 20160612/160610234259-ca1c5037f635e18c81295b068fd82c20 (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 |