Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SPECIAL NOTICE

R -- Staff Technical Assistance and Functional(STAF) Support_W900KK-20-R-0004

Notice Date
12/18/2019 10:33:30 AM
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826 USA
 
ZIP Code
32826
 
Solicitation Number
KBS_II_RFI_001
 
Response Due
5/30/2019 11:00:00 AM
 
Archive Date
12/12/2020
 
Point of Contact
Isabel Marie Rodriguez, Contract Specialist, Phone: 4073843709, Michelle Burrell, Branch Chief/Contracting Officer, Phone: 4073843544
 
E-Mail Address
isabel.m.rodriguez12.civ@mail.mil, michelle.r.burrell.civ@mail.mil
(isabel.m.rodriguez12.civ@mail.mil, michelle.r.burrell.civ@mail.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Updated:�18 December�2019 The Government does not anticipate the release of solicitation documents for the requirement�formally known as Knowledge Based Services (KBS) until after 01�January�2020. The KBS requirement will now be referred to as the Staff Technical Assistance and Functional (STAF) Support requirement under solicitation number W900KK-20-R-0004. This requirement will be competed as an 8(a) Small Business competitive acquisition. The Government anticipates a Pre-proposal conference to be conducted in Orlando, Florida in Mid-January 2020. Additional information for this requirement is forthcoming. Updated: 22 May 2019 This amendment extends the due date for RFI responses to 30 May 2019. //////////////////////////////////////////////////////////// Updated: 14 May 2019 This amendment is issued to provide a response to the following questions received and post a revised version of the DRAFT PWS. Question: Does this contract require our company to possess an FCL prior to submitting a bid or response to the RFI? Answer: The Facility Clearance is not required prior to submitting a response to the Request For Information. A contractor must possess a Facility Clearance to be eligible for award of this effort so performance can begin immediately. Question: If we don't possess an FCL will you sponsor us in getting one? Answer: The Government will not be able to sponsor a contractor to obtain a Facility Clearance as one is required to be eligible for award. /////////////////////////////////////////////////////////////////////////////////////////// UPDATED: 10 May 2019 This amendment is issued to provide the�additional�information below�based on questions received. Cover pages and acronyms list are exempt from the 10 page limit for responses. This requirement is currently being supported by Dawson-ISC Group, LLC. under contract number W900KK-17-C-0020. Brief Summary of Requirement: Army Contracting Command is conducting market research to determine interested sources and capabilities of contractors (both large and small) for the procurement of clerical, administrative, financial, acquisition/contract, project management, and technical staff augmentation support services Support Services to support the US Army Intelligence Center of Excellence (USAICoE), located at Fort Huachuca, Arizona. The work is to be performed primarily at Fort Huachuca and Davis Monthan Air Force Base with regularly scheduled temporary (TDY) support trips to, Goodfellow Air Force Base, and Corry Naval Station. Additional TDY support trips to various other Contiguous United States (CONUS)/Outside CONUS (OCONUS) sites may also be required and will be identified in the Task Orders. The following higher level functions that are required; Task 1: Administrative Support Task 2: Budget Support Task 3: Acquisition Support Task 4: Operations and Project Management Support Task 5: Technical Support DRAFT ACQUISITION STRATEGY/PLANNING INFORMATION The applicable NAICS code for this effort is 541611 Administrative and General Management Consulting with a Small Business Size Standard of $15M. The Product Service Code is R699_Support - Administrative: Other. It is anticipated this requirement will result in a Competitive 8(a) award. It is anticipated the contract vehicle will be a 5 year Single Award Indefinite Delivery Indefinite Quantity (SA IDIQ) contract (1 Year Base Period, with (4) One Year Option Periods) with a potential value of $30M - $40M. The Government intends to evaluate all responses received to determine if sufficient interest and capability exists within the 8(a) community to support a Competitive 8(a) acquisition or whether it should pursue another acquisition strategy. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. It is anticipated that this effort will be covered by the Service Contract Act or a collective bargaining agreement(s). it is also anticipated that the nature of the work performed under this contract may present an OCI prohibiting the eventual awardee from competing for other work related to efforts conducted in support of Ft. Huachuca and related locations. REQUEST FOR INFORMATION If your organization has the potential capacity to perform these contract services, please provide a tailored capability statement that addresses the below questions. The Government does not wish to obtain marketing materials, general business information or other information that is NOT tailored to the ability to execute this requirement. QUESTIONS: Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length using Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EDT, 24 May 2019. All responses to this RFI must be e-mailed to isabel.m.rodriguez12.civ@mail.mil and gloria.e.bailey2.civ@mail.mil. Responses must address at a minimum the following items: 1.) What recent relevant performance (past five (5) years) and/ or current work experience does your company have performing work of similar size and scope? a. Please describe the work your company performed b. What percentage and dollar amount of the work did you perform c. Was your company a prime contractor or subcontractor 2.) Would you be interested in this effort as a Prime contractor or as a subcontractor? 3.) Please describe what capabilities are currently present in your company and what capabilities will need to be subcontracted. 4.) Can or has your company managed an Indefinite Quantity Indefinite Delivery Contract? If so, please provide contract number, and details of the size and scope of work and how many Task Orders your company managed. 5.) Do you believe there are unique support requirements not correctly captured and/or articulated in the PWS? 6.) Can or has your company managed a team of subcontractors before? Provide sufficient details to determine your companies' ability to manage a team of subcontractors. (I.e. contract number, subcontractor names, etc.) 7.) If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of ""Similarly Situated Entity"" and changes the 50% calculation for compliance with the clause. Small business primes may now count ""first tier subcontracted"" work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dates 12/3/18 at http://farsite.hill.af.mil/vmfara.htm ). If you are a small business interested in priming this effort and plan to utilize ""similarly situated entities"" to meet the Limitation on Subcontracting, please identify (if known) the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination. 8.) Pleases define your company profile by providing at a minimum: a. Your size standard for the suggested NAICS (Is there another NAICS that would be suggested based on review of the draft PWS?) b. Company cage code c. DUNs d. Number of office locations e. Primary and secondary points of contact to include name, title, phone number, email address, etc. 9.) Respondents to this notice also must indicate their socio-economic indicators (i.e. Small, Small Disadvantaged, Women-Owned, HUB Zone, etc.) 10.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements presented in PWS paragraph 3.6.13 and associated subparagraphs. 11.) What do you see as the risk areas associated with this overall effort and how would you mitigate that risk? 12.) What is your ability to quickly recruit, retain or replace personnel with appropriate security clearances and qualifications? a. Include in your response the differing levels of classification under which your firm has performed work in the past and the differing levels of security clearances your firm has experience managing in the past. b. Please include the current classification(s) your firm currently possess, and the differing levels of security clearances your firm currently has, and for any ""Similarly Situated Entity"" that may be proposed as a team member (see question 7 for explanation of ""Similarly Situated Entity""). 13.) What is your ability to successfully execute within tight program schedules, contain cost, as well as meeting and tracking performance to the requirements of the PWS? Your response to this Request for Information, including any capabilities statement, shall be electronically submitted via Email to the Contract Specialist, Isabel Rodriguez at isabel.m.rodriguez12.civ@mail.mil and Contracting Officer, Gloria Bailey at gloria.e.bailey2.civ@mail.mil, in either Microsoft Word or Portable Document Format (PDF). All data received in response to this Request For Information that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Request for Information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a3da66ad352a45f99d25be803a9e3d98/view)
 
Record
SN05519979-F 20191220/191218230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.