Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

J -- Transient Alert Services 2 DRAFT RFP

Notice Date
1/12/2021 2:43:38 PM
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
TA2DRAFTRFP
 
Archive Date
03/13/2021
 
Point of Contact
Monica Holtmann, Nicholas Smothers
 
E-Mail Address
monica.holtmann@us.af.mil, nicholas.smothers@us.af.mil
(monica.holtmann@us.af.mil, nicholas.smothers@us.af.mil)
 
Description
DRAFT RFP:��The 763 Enterprise Sourcing Squadron (ESS) at Scott AFB, Illinois, is announcing its intent to solicit proposals under Request for Proposal (RFP) FA4452-21-R-0001. �This solicitation will serve to acquire Transient Alert Services for 45 bases across 9 Major Commands, that are mandatory, �in addition to 14 optional bases. The USAF installations listed below are within the Continental United States (CONUS), Alaska, Hawaii, and Guam.� The contractor shall provide all personnel, vehicles, equipment, tools, materials, supervision, and other services necessary to perform Transient Alert Services on a decentralized basis, as defined in the Indefinite-Delivery Indefinite-Quantity (IDIQ) PWS, and subsequently base-issued PWSs. Transient Alert Services shall include, but are not limited to:� management, arrival services, processing services, departure services, emergency services, special event services, Distinguished Visitor (DV) services, wash/cleaning/lubrication services, and other services, as described herein.� The contractor shall also perform necessary phase-in services during the contract phase-in period, as well as perform necessary activities to phase-out upon award of a successor contract. The North American Industry Classification System Code (NAICS) for this solicitation is 488190, Other Support Activities for Air Transportation. �The business size standard in dollars is $35M. This acquisition will be a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and 100% 8(a) set-aside.� The Government anticipates awarding Firm Fixed Price (FFP) Multiple Award Contract (MAC) IDIQ contracts. Place of Contract Performance: �Alaska: Eielson AFB, Joint Base Elmendorf-Richardson; Arizona: Davis-Monthan AFB, Luke AFB; Arkansas: Little Rock AFB; California: March ARB, Travis AFB; Florida: Duke Field, Eglin AFB, Homestead ARB, MacDill AFB, Tyndall AFB; Georgia: Dobbins ARB, Robins AFB; Guam: Andersen AFB; Hawaii: Joint Base Pearl Harbor-Hickam; Idaho: Mountain Home AFB; Illinois: Scott AFB; Indiana: Grissom ARB; Kansas: McConnell AFB; Louisiana: Barksdale AFB; Maryland: Joint Base Andrews; Massachusetts: Westover ARB; Michigan: Selfridge AFB; Mississippi: Keesler AFB; New Jersey: Joint Base McGuire-Dix-Lakehurst; New Mexico: Cannon AFB, Kirtland AFB; Nevada: Nellis AFB; North Carolina: Pope Army Airfield, Seymour-Johnson AFB; North Dakota: Grand Forks AFB, Minot AFB; Oklahoma: Tinker AFB; South Carolina: Joint Base Charleston, Shaw AFB; South Dakota: Ellsworth AFB, Texas: Dyess AFB, Lackland AFB, Laughlin AFB, Randolph AFB; Utah: Hill AFB; Virginia: Joint Base Langley-Eustis; Washington: Fairchild AFB, Joint Base Lewis-McChord The USAF intends to award a target of nine multiple-award IDIQ contracts which will be divided between two set-aside categories. �The total contract value is approximately $167.1M with a ceiling of approximately $195M. �The contract awards will be for a 5-year Ordering Period. All potential offerors should carefully review the instructions in Section L as well as the evaluation criteria described in Section M of the solicitation. �763 ESS will award contracts in accordance with the evaluation procedures established in the solicitation. �This acquisition will be a 100% SDVOSB set-aside and 100% 8(a) set-aside. The USAF is not responsible for notifying any interested parties of the solicitation beyond this notice. �It is the responsibility of potential offerors to monitor the official government point of entry, https://beta.SAM.gov/, for further updates and instructions. Notice to Offeror(s): 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 an offeror for any costs. Your proposal must include a cover letter stating proposal acceptance is through xx 2021. The cover letter shall be submitted on company letter head that includes the company name, address, and a specific point of contact (POC). 7. Questions and Answers/Assumptions and Exceptions: Contractors are cautioned that all communications are to be channeled through the Contracting Officer (CO). Any questions, whether technical or contractual in nature, shall be submitted in writing. Questions and Answers shall be submitted in writing to the Contract Specialist (CS), Ms. Monica Holtmann, monica.holtmann@us.af.mil, and the CO, Mr. Nicholas Smothers, nicholas.smothers@us.af.mil. All Questions shall be submitted by 12:00 PM Central Time, on xx xxxx 2021. Questions will be consolidated and responses will be posted to the beta.SAM.gov website. No further questions will be addressed on this requirement after this time and date. Contractors shall address any assumptions and proposed exceptions to the Contracting Officer in their proposal. 8. 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 Contracting Officer with appropriate consideration established. Proposals are due by 10:00 AM Central Time on xxxxx 2021. Submit proposals electronically via email to Ms. Monica Holtmann, monica.holtmann@us.af.mil, and Mr. Nicholas Smothers, nicholas.smothers@us.af.mil. All electronic submissions shall reference the complete RFP number in the subject line. LATE PROPOSALS WILL NOT BE ACCEPTED
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c79728760dad4e43a296b49cf2430296/view)
 
Record
SN05889943-F 20210114/210112230108 (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  © 1994-2020, Loren Data Corp.