Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
MODIFICATION

99 -- AFLCMC Unique IT Support - Amendment 8

Notice Date
3/14/2018
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-18-R-1001
 
Archive Date
1/19/2019
 
Point of Contact
Tiffani M Akers, Phone: 9376567474
 
E-Mail Address
tiffani.akers@us.af.mil
(tiffani.akers@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R3 This is a Request for Proposals (RFP) for the Air Force Lifecycle Management Center (AFLCMC) Unique Information Technology Support effort. The Performance Work Statements (PWSs), Contract Data Requirements Lists (CDRLs), Model Contracts, and any other associated documents are attached to this announcement. Please read them carefully and in their entirety. The Government reserves the right to amend, alter, or otherwise modify any and all parts of these documents at any time. Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse any offeror for any costs. This effort will require a current Top Secret Facility Clearance and TS/SCI cleared personnel. The Air Force anticipates one or more Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contracts to be awarded. The Air Force anticipates the ordering period for the IDIQ contracts to be five (5) years. Note: foreign contractor participation at the prime level is not permitted. This effort is a 100% certified 8(a) small business set aside. The Offeror is required to certify that they currently are a certified 8(a) small business under North American Industry Classification System (NAICS) code 541513, as of the date of their proposal submittal. Please refer to the 8(a) Eligibility requirements on the Small Business Administration's website. Proposals shall be submitted to: AFLCMC/PZIT ATTN: Mr. Stephen Wharton (Unique IT Support) 2275 D Street Building 16, Room 132 Wright Patterson AFB OH 45433-7443 Telephone: (937) 656-7443 Stephen.wharton@us.af.mil The cutoff date for submitting questions to the Government regarding this effort is Thursday, 1 February at 12:00 Noon EST. The Past Performance Volume must be received no later than 12:00 Noon EST, 5 March 2018. No facsimile responses will be accepted. The remaining Volumes (Executive Summary, Technical, Price, and Contract Documentation) must be received no later than 12:00 Noon EST, 19 March 2018. No facsimile responses will be accepted. The Government reserves the right to award without discussions. General questions may be referred to Ms. Tiffani Akers, at Tiffani.Akers@us.af.mil, or the Contracting Officer, Mr. Stephen Wharton at Stephen.Wharton@us.af.mil. See attached: FA8604-18-R-1001 IDIQ RFP Contract Model FA8604-18-R-1002 AFLCMC PK Unique IT Task Order Model FA8604-18-R-1003 AFLCMC WI Unique IT Task Order Model FA8604-18-R-1004 AFLCMC WL Unique IT Task Order Model R1001 Atch 01 - AFLCMC Unique IT Support PWS R1001 Atch 02 - IDIQ DD 254 R1001 Atch 03 - AFLCMC Unique IT Support Ordering Procedures R1001 Atch 04 - Section L - Instructions, Conditions and Notices to Offerors R1001 Atch 05 - Sect L Atch 1 - Cross Reference Matrix R1001 Atch 06 - Sect L Atch 2 - PPI Tool Instructions R1001 Atch 07 - Sect L Atch 3 - Past Performance Cover Letter and Questionnaire R1001 Atch 08 - Sect L Atch 4 - Past Performance Consent Letter R1001 Atch 09 - Sect L Atch 5 - Past Performance Client Authorization Letter R1001 Atch 10 - Sect L Atch 6 - Labor Rate Matrix and Task Order Price Template R1001 Atch 11 - Sect L Atch 7 - Labor Category Descriptions R1001 Atch 12 - Section M - Evaluation Factors for Award R1001 Atch 13 - Proposal Hand Receipt Acknowledgment Form R1001 Atch 14 - Proposal Hand Receipt Checklist R1001 Exhibit A - IDIQ CDRLs R1002 Atch 01 - AFLCMC PK Unique IT Support PWS R1002 Exhibit A - AFLCMC PK CDRLs R1003 Atch 01 - AFLCMC WI Unique IT PWS R1003 Atch 02 - AFLCMC WI DD 254 R1003 Exhibit A - AFLCMC WI CDRLs R1004 Atch 01 - AFLCMC WL Unique IT PWS R1004 Atch 02 - AFLCMC WL DD 254 R1004 Exhibit A - AFLCMC WL CDRLs 25 January 2018 Amendment: 1. R1001 Atch 06 - Sect L Atch 2 - PPI Tool Instructions is replaced by R1001 Atch 06 - Sect L Atch 2 - PPI Tool InstructionsR1 2. ppi tool.accdb is attached. 31 January 2018 Amendment: 1. All questions are due 1 February 2018 in accordance with FedBizOpps. Section L was modified to remove conflicting language. See IDIQ Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R1 2. IDIQ Atch 10 - Sect L Atch 6 - Labor Rate Matrix and Task Order Price Template is replaced by Sect L Atch 6 - Labor Rate Matrix and Task Order Price Template R1 3. IDIQ Atch 11 - Sect L Atch 7 - Labor Category Descriptions is replaced by IDIQ Atch 11 - Sect L Atch 7 - Labor Category Descriptions R1 12 February 2018 Amendment: 1. R1001 Atch 07 - Sect L Atch 3 - Past Performance Cover Letter and Questionnaire is replaced by R1001 Atch 07 - Sect L Atch 3 - Past Performance Cover Letter and QuestionnarieR1. 2. As a result of this change, the Past Performance Volume must be received no later than 12:00 Noon EST, 5 March 2018. No facsimile responses will be accepted. 16 February 2018 Amendment: 1. Due to unforeseen delays in providing answers to the questions received, the proposal due date has been changed from 12:00 Noon EST, 5 March 2018 to 12:00 Noon EST, 19 March 2018. No facsimile responses will be accepted. 21 February 2018 Amendment: 1. Questions with Answers are included in new attachment AFLCMC Unique IT Support Questions and Answers 21Feb2018. Resulting from the questions received, the following attachments are hereby revised: 2. FA8604-18-R-1001 IDIQ RFP Contract Model is replaced by FA8604-18-R-1001 IDIQ RFP Contract Model R1. 3. R1001 Atch 01 - AFLCMC Unique IT Support PWS 28Dec2017 is replaced by R1001 Atch 01 - AFLCMC Unique IT Support PWS 28Dec2017R1. 4. R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R1 is replaced by R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R2. 5. R1001 Atch 10 - Sect L Atch 6 - Labor Rate Matrix and Task Order Price Template R1 is replaced by R1001 Atch 10 - Sect L Atch 6 - Labor Rate Matrix and Task Order Price Template R2. 6. R1001 Atch 11 - Sect L Atch 7 - Labor Category Descriptions R1 is replaced by R1001 Atch 11 - Sect L Atch 7 - Labor Category Descriptions R2. 7. R1001 Atch 12 - Sect M - Evaluation Factors for Award is replaced by R1001 Atch 12 - Sect M - Evaluation Factors for AwardR1. 8. R1001 Atch 14 - Proposal Receipt Checklist 14Nov2017 is replaced by R1001 Atch 14 - Proposal Receipt Checklist 14Nov2017R1. 9. R1002 Atch 01 AFLCMC PK Unique IT Support PWS 28Dec17 is replaced by R1002 Atch 01 AFLCMC PK Unique IT Support PWS 28Dec17R1. 10. R1003 Atch 01 AFLCMC WI Unique IT PWS 28Dec17 is replaced by R1003 Atch 01 AFLCMC WI Unique IT PWS 28Dec17R1. 11. R1004 Atch 01 AFLCMC WL Unique IT PWS 28Dec17 is replaced by R1004 Atch 01 AFLCMC WL Unique IT PWS 28Dec17R1. 23 February 2018 Amendment: 1. The Past Performance must be received no later than 12:00 Noon EST, 5 March 2018. No facsimile responses will be accepted. 2. As a result of an administrative oversite, the Questions and Answers have been updated in new attachment entitled AFLCMC Unique IT Support Questions and Answers 23Feb2018R1. 26 February 2018 Amendment: 1. R1001 Atch 01 - AFLCMC Unique IT Support PWS 28Dec2017R1 is hereby replaced by R1001 Atch 01 - AFLCMC Unique IT Support PWS 28Dec2017R2 as the revision posted on 21 February 2018 had the AFLCMC/WL PWS mislabeled as the IDIQ PWS. This amendment corrects the discrepancy. 13 March 2018 Amendment: 1. As evidenced in the questions and answers posted in the draft request for proposal, Offerors are required to hold valid final Top Secret Facility Security Clearance (FCL) at time of proposal submittal. USAF will not be sponsoring the facilities clearance. 2. As a result of contradicting statements in this solicitation that were overlooked, Offerors need to provide documentation that the Offeror currently holds a valid final Top Secret Facility Security Clearance (FCL) at time of proposal submittal. This documentation shall be included as an attachment to Volume V. 3. To remove the contradicting statements, the following attachments are replaced: a. R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R2 is replaced by R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R3 b. R1001 Atch 12 - Sect M - Evaluation Factors for Award 05Dec2017R1 is replaced by R1001 Atch 12 - Sect M - Evaluation Factors for Award 05Dec2017R2 14 March 2018 Amendment: 1. R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R3 is attached to this package again as the 13 March 2018 amendment did not properly upload and does not open.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-R-1001/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04854976-W 20180316/180314231902-d0b132640a6bb518d11c40edb36fbca3 (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.