Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOLICITATION NOTICE

R -- Resource and Analysis Support - RFI Notice

Notice Date
5/9/2017
 
Notice Type
Presolicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
ID04170093
 
Point of Contact
Amy Venckus, Phone: (813) 458-9276
 
E-Mail Address
amy.venckus@gsa.gov
(amy.venckus@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
To: Prospective Offerors From: General Services Administration Subject: Request for Information (RFI) # ID04170093; Resource and Analysis Support USCENTCOM CCJ8 - Intent to Establish a Bridge Contract The General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services Division (AASD), on behalf of the United States Central Command J8 (USCENTCOM CCJ8), is preparing to issue a bridge contract of four (4) months for the period of performance from 24 May 2017 through 23 Sep 2017. This RFI is specifically issued to determine if any contractors exist who can perform the requirements as listed in the attached PWS with no transition period and achieving full performance by 24 May 2017. It is believed that no new contractor can perform this work without a transition period. If there are any contractors who feel they can provide the requirements of the PWS, please provide specific technical information per each PWS Section on how you could perform the technical requirements of the PWS, manpower you have in place, specific actions you would need to take to begin by 24 May 2017, and brief descriptions of recent and relevant projects for tasks similar to those identified in the PWS. The Government is seeking more than a simple rehashing of the PWS, but instead is looking for a highly detailed description of how you can provide the services and be at a full performance level on day one without a transition period. If this information is not received by 17 May 2017 GSA will consider that no contractor is capable of providing this support without a transition period and will proceed with a bridge contract. Task Order ID04170093 supports United States Central Command J8 (USCENTCOM CCJ8), MacDill AFB, FL, to acquire Contractor Advisory and Assistance Services (CAAS) for the USCENTCOM/CCJ8. In this requirement, the Contractor shall provide strictly non-personal services and shall work as an independent Contractor not subject to the supervision and control of the Government, in support of USCENTCOM/CCJ8. The Contractor shall provide all personnel, supervision and other items and services necessary to support the required efforts for Technical Support for Operations Research (OR), Decision Analysis, and Analytic Studies; Joint Operations Planning and Assessments; Modeling, Simulation and Campaign Analysis; Database Programming and Data Analysis; and Wargaming. Services are currently being performed under Contract Number N00178-04-D-4024 FG17, issued by the Naval Special Warfare Center (NSWC) on 05/30/2014 with a twelve-month base period of performance, two (2) twelve (12) month option years ending 05/29/2017, utilizing the competitive open market process, a Cost Plus Fixed Fee contract was awarded. Due to the current burn rate, the funding ceiling will be reached by 05/24/2017, five days earlier than originally awarded. The proposed effort ensures continuation of essential services. The incumbent maintains the entire established infrastructure in place for the support services of USCENTCOM CCJ8. The incumbent already has the required certifications and clearances in place; they are familiar with the complexity of the services and are fully capable of continuing to perform for the additional f months. Award to another contractor is high risk to the Government requiring ramp up, to include hiring of personnel, and learning the distinctive characteristics of the AFRC mission. This instant effort is critical to the continued operations of the Reserve Command. The Government believes if another contractor attempted to assume the support requirements without a transition period; it would result in degraded mission support to include disruption of communications between USCENTCOM CCJ8 and their chain of command and mission partners. It would result in drastic adverse impact of classified and unclassified for official use only communications required to conduct the missions of the USCENTCOM CCJ8. An immediate absence (without a transition) of the current contractor management team and the accompanying support structure would create a familiarity and experience void that would be extremely disruptive to the mission. The Government is currently in the pre-solicitation phase of the competitive follow-on and will require an additional four (4) months procurement time. It is believed that a bridge contract awarded to another source other than the incumbent at this juncture, without a transition period as the current PoP ends on May 24, 2017 in order to prevent a lapse in coverage, would be detrimental to the mission success in these vital areas. There is no commitment by the Government to issue a solicitation as a result of this RFI. In accordance with FAR 15.202, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Please submit your responses to this RFI via email to Amy Venckus at amy.venckus@gsa.gov and Luis Pagan Marchand at luis.paganmarchand@gsa.gov. The due date for responses to RFI # ID04170093 is on or before 17 May 2017 by 4:00 pm Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d0024f5c7702bfda85f29d8c96b3d0d)
 
Place of Performance
Address: MacDill AFB, FL, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04501378-W 20170511/170509235125-2d0024f5c7702bfda85f29d8c96b3d0d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.