Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

R -- Missiles II A&AS

Notice Date
5/23/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; 7858 5TH ST BLDG 3; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8100-17-R-0004-0002
 
Response Due
5/22/2017
 
Archive Date
8/20/2017
 
Point of Contact
Theodore Webb, Phone 405-734-5072, Fax - -, Email theodore.webb@us.af.mil - Gay Joseph, Phone 405-739-2088, Fax - -, Email gay.joseph@us.af.mil
 
E-Mail Address
Theodore Webb
(theodore.webb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Missiles Questions and Answers 23 May 2017 Solicitation Number: FA8100-17-R-0004 and GSA OASIS Pool One and Three Synopses Question: Has a Contractor performed similar work to this for the Government in the past? If available, please provide the incumbent contract number. If you are unable to provide a contract number, is it safe to assume this is a new requirement for the Government? Answer: Yes, this is a new requirement. There is no contract history. Question: Is there an incumbent work force? Answer: No, this is a new requirement. Question: In the subject solicitation, the following statement is made: "Please see the attached Sources Sought Synopsis and respond by 1330 CST Monday 22 May 2017 if your company is interested in submitting a proposal for this potential upcoming requirement." I am unable to locate an attachment. Can you please clarify? Answer: We were unable to attach the description to the synopsis, therefore the content that would have been attached is embedded instead. Question: Would the Government consider using pool three (3) for the solicitation under GSA OASIS due to its larger size, $38.5M? Answer: The Government's intent is to utilize the GSA OASIS IDIQ contracts, pool three (3), NAICS 541330, Exception A, Engineering for Military and Aerospace Equipment and Military Weapons. Question: We would like to understand more about how the Government identifies new Contractors and how we can be considered for these types of opportunities in the future, either as a prime or as a Sub-contractor. Do you know of any primes that are currently preparing a proposal for this solicitation that we can try to connect with? Or do you have any upcoming opportunities that we can get out in front of to begin building a team? Answer: For this requirement, the Government attempted to identify interested sources through the FBO synopsis, the GSA OASIS synopsis (pools one and three), and additional market research from current and prior known Advisory and Assistance Services (A&AS) vendors who have provided similar services. FBO is always recommended for monitoring new and future Government requirements. Any future requirements would be posted either via GSA OASIS synopsis, FBO synopsis, or both. Sawdey Solutions Services (S3), Ms. Beth Czanik, a Contractor in both GSA OASIS pools one and three, has offered her contact information, bczanik@sawdeysolutionservices.com phone 937.490.4066, should any Contractors be interested in teaming. Question: Will the source selection be best value or Lowest Priced Technically Acceptable (LPTA)? Answer: LPTA Questions: Would past performance from 2013 be considered? What are the maximum amount and recency requirements of the past performance experience? Answer: Past performance during the past three (3) years will be considered. Past performance is contemplated to look something like the below (final version to be determined): Factor 2/Past Performance To be eligible for award, an offeror must be determined responsible. A Determination of Contractor Responsibility will be conducted in accordance with FAR 9.1. Past performance information may be gathered from both Government (such as PPIRS, MOCAS, CPARS) and commercial sources. Offerors will not be penalized if no past performance information is available. Past performance will either be satisfactory, neutral, or unsatisfactory. Offerors rated as satisfactory or neutral equals a determination of responsibility. Offerors rated as unsatisfactory equals a determination of non-responsibility. Any unsatisfactory rating given to a small business will be referred to the Small Business Administration pursuant to FAR 15.101-2(b) and 19.6 for resolution. An offeror who receives a determination of non-responsibility will not be eligible to receive the contract award. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv). Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, neutral rating shall be considered "acceptable." An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must have been performed during the past three (3) years from the date of issuance of this solicitation. NOTE: If any part of the performance falls within the above timeframe, the contract in its entirety may be evaluated for past performance. Relevant Past Performance information should be provided. All past performance information should be contract number specific so that information can be verified. Each contract submitted shall include the contract number, the total contract dollar amount, the period of performance, work specific to similar Financial A&AS, and the contract customer name, location, e-mail address, area code and phone number. Question: Can you provide the expected time frame the solicitation would be issued? Answer: The RFP estimated release is early June. Question: Would the Government consider a Small Business Set Aside (SBSA) or sole source program such as 8(a), Women Owned Small Business (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB) or HUBZone for this acquisition? Answer: The intent is to solicit as a SBSA. Question: Will this requirement be purchased through the EPASS Office? Answer: No, the AFSC/PZIEC office, located on Tinker AFB, OK, will purchase the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8100-17-R-0004-0002/listing.html)
 
Record
SN04519348-W 20170525/170523235733-b1b51aa587251a14ff9ee0f96d44352a (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.