Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOLICITATION NOTICE

16 -- Request for Proposal (RFP) for the Rapid Development Integrated Facility (RDIF)

Notice Date
12/20/2019 8:25:07 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8629 AFLCMC WISK WRIGHT PATTERSON AFB OH 45433 USA
 
ZIP Code
45433
 
Solicitation Number
FA8629-20-R-5020
 
Response Due
1/3/2020 1:00:00 PM
 
Archive Date
01/18/2020
 
Point of Contact
James McCauley, Phone: 937-713-0578, Fax: 937-255-8351, Jessica Anderson, Phone: 937-656-8090, Fax: 937-255-8351
 
E-Mail Address
james.mccauley.5@us.af.mil, jessica.anderson.31@us.af.mil
(james.mccauley.5@us.af.mil, jessica.anderson.31@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SOLICITATION NOTICE 1. ��This RFP cover letter has been updated to reflect the following changes made to the RFP: Section L, the RDIF Model Contract, the RDIF Past Performance Information Tool, and to provide notice that primary Contracting Officer (CO) is now Jessica Anderson. Specific changes made to the Model Contract are made by amendment, which is being posted concurrently with this updated RFP letter. There is no change in the proposal due date.��Up to date RFP questions submitted, have been answered and posted. 2.� The Government intends to award one Indefinite Delivery/Indefinite Quantity (IDIQ) contract in accordance with FAR Part 15 to the winning Offeror. �This contract will have a five-year base ordering period with one one-year option period. �This acquisition will utilize a Tradeoff of Past Performance and Price (see FAR 15.3) to make an integrated assessment for a best overall offer, based upon an integrated assessment of Past Performance and Price among technically acceptable proposals. �This is a competitive 8(a) set-aside source selection conducted in accordance with FAR subpart 19.8, DoD Source Selection Procedures dated 31 March 2016, AFFARS 5315.3, and AFFARS MP5315.3. �Only eligible 8(a) Offerors will be considered for award. 3.� Interested parties are requested to provide a proposal in accordance with the requirements of this RFP. 4.� Background: The RDIF was initiated as an organic development capability within the Air Force Life Cycle Management Center (AFLCMC) for Air Force (AF) Irregular Warfare and command, control, communications, computers, intelligence, surveillance, and reconnaissance (C4ISR) acquisition needs.� This initiative established an AF aircraft development and prototype center of excellence, which does not supplant current test centers or processes.� This initiative supports current reform initiatives and the current and future acquisition environment.� It leverages existing Wright-Patterson AFB (WPAFB) infrastructure initially, then develops the capability over time. 5.� The Government reserves the right to evaluate proposals and award a contract without discussions with Offerors (except for clarifications as described in FAR 15.306(a)); therefore, each initial offer should contain the Offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions with Offerors if the Source Selection Authority determines that discussions are necessary. 6.� This electronic posting consists of this letter, the RFP, and attachments. Please note that some attachments are embedded in the model contract and are also separately attached to the posting on the RFP website to help with readability, in which case they are not numbered on the RFP website. �Please check the RFP website, https://beta.sam.gov/, on a regular basis for updates. �Any amendments to the solicitation will be posted to the website. 7.� This RFP requires Offerors to identify any actual Organizational Conflict of Interest (OCI) or significant potential OCI issues IAW FAR subpart 9.5, as supplemented. OCI mitigation plans or a statement that no OCI exists shall accompany each proposal. �Offerors and the awardee are responsible for immediately notifying the CO should any potential OCI arise at any time prior to or after contract award. 8.� 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 an Offeror for any costs. 9.� This RFP is not authorization to begin performance and in no way obligates the Government for any costs incurred by the Offeror associated with developing a proposal.� The Government reserves the right not to award a contract in response to this RFP. �Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the CO with appropriate consideration established. �This will normally be done by execution of task orders issued to the winning contractor; in this case, the Government plans to award the first task order immediately after award of this IDIQ. 10.� This RFP specifies the solicitation provisions and contract clauses that are expected to be included in the award document. 11.� The Government anticipates that most employees performing work on this contract are covered by Service Contract Labor Standards (SCLS) provisions (as implemented by Section I, FAR 52.222-41). However, there may be some employees who are exempt if the employee meets the criteria specified in Department of Labor (DOL) regulation 29 CFR Part 541 for Executive, Professional, Administrative, or Computer-related occupations. 12.� This RFP requests that Offerors submit Past Performance no later than seven calendar days before the submission deadline.� Offerors are also requested to instruct those completing Past Performance Questionnaires to submit them to the Government no later than seven calendar days before the submission deadline. �See Section L for full instructions relating to early Past Performance submission. 13.� It is recommended that Offerors note the specific requirements for access to ITAR data.� Submission of an adequate proposal will not be possible without access to ITAR data required for completion of the first task order; instructions are in Section M. 14.� Proposals are due by 4:00 PM Eastern Standard Time on 3 January 2020.� Submit proposals in accordance with Section L, Instructions to Offerors. LATE PROPOSALS WILL NOT BE ACCEPTED.� 15.� Questions and Answers, Assumptions, and Exceptions: Offerors are cautioned that all communications are to be channeled through the CO and Contract Specialist. �Any questions, whether technical or contractual in nature, shall be submitted in writing to Jessica Anderson (CO) via email at jessica.anderson.31@us.af.mil and Mr. James McCauley (Contract Specialist) via email at james.mccauley.5@us.af.mil no later than 4:00 PM Eastern Standard Time on 19 December 2019. �Proprietary information in questions will be removed and questions will be consolidated and responses posted to https://beta.sam.gov/. �No further questions will be addressed on this solicitation if received after the 19 December deadline. �Offerors shall address any assumptions and proposed exceptions to the CO in their proposals. 16.� The RFP was amended 12 December 2019 with the following changes:�� a.� Updated clause 252.219-7010 to the newest version dated October 2019 and attached it to the RDIF Model Contract. b.� Added DFFARS 252.246-7003, Notification of Potential Safety Issues. c.� Updated Points of Contact in Section L to remove Major Benjamin Coffman and the statement about him being the temporary PCO. d.� Section L was updated in response to RFP questions submitted: � � �(1)� Updated paragraph 5.3 to clarify what offerors shall submit. � � �(2)� Updated Table 4.2 to add Section 5.7 with a one-page limit and require a hard copy and an electronic copy. � � �(3)� Updated SAM Attachment (3), RDIF Past Performance Information Tool, with the recently changed website where the tool may be accessed. � � �(4)� Updated paragraph 4.2 to require that OCI considerations, if the Offeror has any, shall be included as an addendum to volume 1.� The table at paragraph 4.2 was updated to reference the RFP letter�s requirement. e.� Updated the cover letter to remove Major Coffman as the PCO and replace him with Jessica Anderson as the primary PCO. f.� Updated the cover letter attachments to reflect the changed attachment dates.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67d59fa91b64450198f7da78100137b2/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05522607-F 20191222/191220230152 (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.