MODIFICATION
A -- Synchronized Command & Control (SynchroC2)
- Notice Date
- 4/4/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- BAA-AFRL-RIK-2016-0010
- Point of Contact
- Gail E. Marsh, Phone: 315-330-7518
- E-Mail Address
-
Gail.Marsh@us.af.mil
(Gail.Marsh@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT 5 to BAA AFRL-RIK-2016-0010 The purpose of this amendment is to: 1) Update the NAICS Code 2) Increase the total potential funding available under this BAA from $24.9M to $49.9M; 3) Update the funding profile and range; 4) Revise the Eligibility Information; and 5) Update Application and Submission Information, Paragraph 2 Content and Format CHANGES: 1) NAICS CODE is updated to 541715 2) Section II AWARD INFORMATION, Paragraph 1 is deleted in its entity and replaced with the following: 1. FUNDING: Total funding for this BAA is approximately $49.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY17 - $ 2.6M FY18 - $11.8M FY19 - $12.1M FY20 - $11.7M FY21 - $11.7M Individual awards will be approximately 18-24 months with typical dollar values ranging of $500K to $10M. There is also the potential to make awards in any dollar value and with any performance periods, as long as the value does not exceed the available BAA ceiling amount. The Government reserves the right to select all, part, or none of the proposals received, subject to the availability of funds. All potential Offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. 3) Section III ELIGIBILITY INFORMATION is deleted in its entity and replaced with the following: 1. ELIGIBILITY: All qualified offerors who meet the requirements of this BAA may apply. 2. FOREIGN PARTICIPATION/ACCESS: a. This BAA is closed to foreign participation at the Prime Contractor level. b. Foreign Ownership, Control or Influence (FOCI) companies who have mitigated FOCI may inquire as to eligibility by contacting the contracting office focal point, Gail E. Marsh, Contracting Officer, telephone (315) 330-7518 or e-mail Gail.Marsh@us.af.mil for verification prior to submitting a white paper. Please reference BAA-AFRL-RIK-2016-0010. c. Any performance by foreign nationals at any level (prime contractor or subcontractor) must be clearly identified in the Offerors proposal. Identify any foreign citizens or individuals holding dual citizenship expected to be involved as a direct employee, subcontractor, or consultant. For these individuals, please specify their country of origin, the type of visa or work permit under which they are performing and an explanation of their anticipated level of involvement. If a proposal is requested and selected for award, you may be asked to provide additional information during negotiations in order to verify the foreign citizen's eligibility to participate on a contract issued as a result of this announcement. d. Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on contracts, assistance instruments or other transactions awarded under this BAA must be U.S. citizens. For the purpose of base and network access, possession of a permanent resident card ("Green Card") does not equate to U.S. citizenship. This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments. Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access. The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC). If an IT network/system does not require AFRL to endorse a contractor's application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system. If an IT network/system requires a U.S. Government sponsor to endorse the application in order for access to the IT network/system, AFRL will only endorse the following types of applications, consistent with the requirements above: 1. Contractor employees who are U.S. citizens performing work under contracts, assistance instruments or other transactions awarded under this BAA. 2. Contractor employees who are non-U.S. citizens and who have been granted a waiver. Any additional access restrictions established by the IT network/system owner apply. 3. FEDERALLY FUNDED RESEARCH AND DEVELOPMENT CENTERS AND GOVERNMENT ENTITIES: Federally Funded Research and Development Centers (FFRDCs) and Government entities (e.g., Government/National laboratories, military educational institutions, etc.) are subject to applicable direct competition limitations and cannot propose to this BAA in any capacity unless they meet the following conditions: a. FFRDCs : FFRDCs must clearly demonstrate that the proposed work is not otherwise available from the private sector; and FFRDCs must provide a letter on official letterhead from their sponsoring organization citing the specific authority establishing their eligibility to propose to Government solicitations and compete with industry, and their compliance with the associated FFRDC sponsor agreement's terms and conditions. This information is required for FFRDCs proposing to be prime contractors or sub-awardees. b. Government Entities : Government entities must clearly demonstrate that the work is not otherwise available from the private sector and provide written documentation citing the specific statutory authority and contractual authority, if relevant, establishing their ability to propose to Government solicitations. While 10 U.S.C.§ 2539b may be the appropriate statutory starting point for some entities, specific supporting regulatory guidance, together with evidence of agency approval, will still be required to fully establish eligibility. FFRDC and Government entity eligibility will be determined on a case-by-case basis; however, the burden to prove eligibility for all team members rests solely with the proposer. Government agencies interested in performing work related to this announcement should contact the Technical Point of Contact (TPOC). If resulting discussions reveal a mutual interest, cooperation may be pursued via other vehicles. 4) Section IV. APPLICATION AND SUBMISSION INFORMATION, Paragraph 2. Content and Format is deleted in its entity and replaced with the following: 2. CONTENT AND FORMAT: Offerors are required to submit two (2) copies of a 3 to 5 page white paper summarizing their proposed approach/solution. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. The white paper will be formatted as follows: a. Section A : Title, Period of Performance, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact including phone and email information. (This section is NOT included in the page count); b. Section B : Task Objective; and c. Section C : Technical Summary and Proposed Deliverables. All white papers shall be double spaced with a font no smaller than 12 point. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) Code, their unique entity identifier and electronic funds transfer (EFT) indicator (if applicable), an e-mail address and reference BAA-AFRL-RIK-2016-0010 with their submission. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). No other changes have been made.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/BAA-AFRL-RIK-2016-0010/listing.html)
- Record
- SN04878542-W 20180406/180404231547-74f980f5ac3f3e55c226f6a98e4607e5 (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 |