Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SPECIAL NOTICE

R -- Aerospace Support Services Contract (ASSC) FINAL Request for Proposal (RFP)

Notice Date
4/7/2021 5:13:58 PM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA4610 30 CONS PK VANDENBERG AFB CA 93437-5212 USA
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-20-R-0007
 
Response Due
5/24/2021 4:00:00 PM
 
Archive Date
04/30/2022
 
Point of Contact
Judy Hudson, Phone: 8056062615, Vanessa Lechon, Phone: 8056063192
 
E-Mail Address
judy.hudson@us.af.mil, vanessa.lechon@us.af.mil
(judy.hudson@us.af.mil, vanessa.lechon@us.af.mil)
 
Description
**Update 07 April 2021 Final RFP Release** The 30th Space Wing at Vandenberg Air Force Base, CA, is releasing a Request for Proposal (RFP) for the Aerospace Support Services Contract (ASSC). The RFP documents are included as attachments to this announcement. Interested contractors are encouraged to also review �Workload Data (WLD)� and Comment Resolution Matrix (CRM) files contained within this announcement. Responses to this RFP are to be submitted no later than Monday, 24 May 2021 at 1600 PM (PST). Though not a small business set-aside, responses from small and small disadvantaged business are highly encouraged. The North American Industry Classification System (NAICS) code for this effort is 541330 Engineering Services (small business size standard is $41.5M - Military and Aerospace Equipment). Final RFP documents have the following naming convention �#_Document Title_YYYYMMDD� and are itemized below: 1_Model Contract � FINAL RFP FA461020R0007_20210407���� 2_Section L Instructions to Offerors_20210407���������������� 3_Section M Evaluation Criteria_20210407����������������������� 4_Attch 1 � ASSC PWS_20210402���������������������������������������� 5_Attch 2 � ASSC (DRAFT) GFP 30 SW_20201006 6_Attch 4 � ASSC SCA WDs_20200805 7_Attch 5 � ASSC CBAs_20210402 8_L-1 Contractor Staffing Plan and Matrix_20210303 9_L-2 Small Business Percentage_20210331 10_L-3 Past Performance Information_20210327 11_L-4 Subcontract-Teaming Partner Consent_20210304 12_L-5 OCI Mitigation Plan Checklist_20201203 NOTE: As part of this announcement, the Buying Office is providing the most recent Comments Resolution Matrix (CRM) file in response to industry questions received from the 2nd Draft RFP (Feb �21) and a recent on-site visit by an interested party. The Buying Office responses correlate to FINAL RFP documents provided. Questions: All communications associated with this request shall be submitted via email to both the primary and secondary Points of Contact. **End Update** **Update 18 MARCH 2021** In response to Industry�s request please see the updated workload data file entitled �3.AGE PMI Data dtd 26 Feb 21� located in the attachments section of this special notice.� The file has been updated from previous version dated 7 Jan 21, to include a new column entitled �Frequency� with the frequencies of each requirement, and the hours calculated and provided per year. For planning purposes the Government is intending on releasing the final RFP on or about 2 April 2021. Questions: All communications associated with this request shall be submitted via email to the primary and secondary Points of Contact. **End Update** **Update 16 FEBRUARY 2021** Please see the attachments section of this special announcement to access the following two (2) files posted today: �CRM Questions-Responses (recent Jan 2021) dtd 16 FEB 2021� PDF file��� �Attch 2 � ASSC (DRAFT) GFP 30 SW dtd 06 OCT 2020� Excel file (same content as PDF file previously posted) If you have any questions or comments regarding this announcement update, please contact both POCs listed. **End Update** **Update 5 FEBRUARY 2021** Please see updated draft RFP documents, Sections L and M dated 05 FEB 2021.� Previous drafts of Section L and M were removed from this special notice as of today due to errors regarding CLIN 9999 and affordability number referenced in Section M along with other minor updates to the Total Evaluation Price (Table 7). **end update** **Update 1 FEBRUARY 2021** Please see the updated draft RFP documents and newly released draft version of Sections L and M (attached to this special announcement). The listing of updated or new documents posted as of today are the following: *ASSC 2nd draft RFP FA461020R0007 dtd 29 JAN 2021 *Section L (DRAFT) of FA4610-20-R-0007 dtd 29 JAN 2021 *Section M (DRAFT) of FA4610-20-R-0007 dtd 29 JAN 2021 *Attch 1 � ASSC (DRAFT) PWS dtd 22 JAN 2021 *Attch 2 � ASSC (DRAFT) GFP 30 SW dtd 06 OCT 2020 *Exhibit A � ASSC CDRLs dtd 8 JAN 2021 *L-1 Contractor Staffing Plan and Matrix (21DEC2020) *L-2 Small Business Percentage (21DEC2020) *L-3 Past Performance Information (22JAN2021) *L-4 Subcontract-Teaming Partner Consent (03DEC2020) *L-5 OCI_Mitigation Plan Checklist dtd 03 DEC 2020 The Government is seeking industry feedback. Please review and submit only critical comments no later than 11 FEB 2021 4:30PM(Pacific Standard Time) using the CRM template provided and sending to both POCs via email. For planning purposes the Government is intending on releasing the final RFP on or about 15 March 2021. This draft Request for Proposals (dRFP) is for planning purposes, and does not constitute an invitation for bids, request for proposals, quotes, or indication that the Government will contract for the items contained in this notice. The Government will not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses. If you have any questions or comments regarding this announcement update, please contact both POCs listed. **End Update** **Update 12 January 2021** The Buying Office has posted all ASSC Workload Data (WLD) files within the �Attachments/Links� section of this special notice as of today. Workload Data information is derived from the current ASSC contract #FA4610-16-C-0008. There are six (6) ASSC Workload Data files: WLD Work Requests Completed 7 Jan 21 (PDF file: WRs FY17 � FY20) WLD Labor Hrs and Materials 12 Jan 21 (Excel file) Baseline Requirement Labor Data (Tabs 1-4) Work Request Labor Categories and Hours (Tab 5) Reimbursable CLIN Charges (Tab 6) WLD AGE PMI Data 7 Jan 21 (Excel file) WLD Transient Aircraft 7 Jan 21 (Excel file) WLD Fuel Oxidizer Cylinder 12 Jan 21 (Excel file) WLD PEMO 7 Jan 21 (PDF file) � Questions: Interested parties shall complete a CRM template documenting their questions and send via email to both POCs listed in this special notice.�� �**end announcement** **Update 23 November 2020** The Buying Office has revised the tentative acquisition schedule within this update.� There is a new CRM (Q&A) file posted to this special notice as a result of an interested party submitting questions in November 2020, and Government responses provided therein.� Workload Data updates available in December, interested parties can contact POCs within this special notice regarding access to workload data information. Secondary Point of Contact within this special notice has changed, see updated information. Tentative Acquisition Schedule as of 23 Nov 2020:� 2nd Draft RFP Release: Jan 2021 (to include Sections L and M) RFP Issuance: Jan/Feb 2021 Proposals Due: within 45 days of RFP issuance Anticipated Award: Jan 2022 Questions: All communications associated with this announcement shall be submitted via email to both the primary and secondary Points of Contact. **end draft** This Special Notice�provides interested�parties information regarding preproposal conferences (i.e. Industry Day), the availability of draft Request for Proposal (dRFP)�and requirements for review, tentative acquisition schedule for planning purposes and does not constitute an invitation for bids, requests for proposals, quotes, or indication that the Government will contract for items contained in this notice. The Government will not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses. 30th�Space�Wing, Contracting Squadron�(30 CONS/PKD)�at�Vandenberg Air Force Base, CA is requesting industry�feedback on�the dRFP for the Aerospace Support Services Contract (ASSC), follow-on acquisition.� The dRFP documents are included as attachments to this announcement. Workload history information may be requested by emailing the points of contacts�listed below. � Responses to this dRFP are to be submitted no later than 7 Sep 2020 at 4:30pm (PDT). All responses and questions shall use the provided comment resolution matrix (CRM) and shall be submitted to the email addresses of points of contacts cited below and shall include the contact information of the requestor and cage code. Additionally, the Government plans to hold a virtual (on-line) Industry Day with industry on 27 Aug 2020. To participate, you must submit a request, no later than 21 Aug 2020, to the points of contacts below to schedule a time and receive further details. Requests shall include the contact information of the requestor and cage code. ASSC follow-on acquisition is Full and Open competition. Though not a small business set-aside, responses from small and small disadvantaged businesses are highly encouraged. The North American Industry Classification System (NAICS) code for this effort is 541330 Engineering Services (small business size standard is $41.5M - Military and Aerospace Equipment). Description of Services:�ASSC�is a non-personnel services contract to provide for the management, operations, maintenance and support services to support government and commercial launch programs with unconventional fuels (e.g., liquid or gaseous propellants, oxidizers, cryogenic and pneumatic commodities used in rockets, missiles and space crafts), cryogenics and fuels accountability, personnel protective equipment (PPE), hazardous operations support, fleet management, systems and safety engineering, training, transient alert (TA), and aerospace ground equipment (AGE) services, in support of 30th Space Wing (30 SW) at Vandenberg AFB, CA and 45th Space Wing (45 SW) at Patrick AFB, FL and Cape Canaveral Air Force Station (CCAFS), FL.� NOTE: 45 SW tasks/requirements are limited to Transient Alert (TA) and Aerospace Ground Equipment (AGE) services and any associated logistical support services as identified within�the ASSC Performance Work Statement. Background and Objective of ASSC: Vandenberg Air Force Base (VAFB) is host as a Major Range Test Facility Base (MRTFB) for supporting activities outside of 30th Space Wing (30 SW) by utilizing a Host Tenant Support Agreement (HTSA), Inter-Agency Support Agreement (IASA) and/or a Commercial Space Operations Support Agreement (CSOSA).� Customers may include government Contractors and Commercial Space Launch Act (CSLA) customers on a non-interference and reimbursable basis.� Non-Air Force agencies receiving ASSC support includes Intra-Department of Defense (Navy, Army, Foreign Government, and Missile Defense Agency), Intra-Government (National Aeronautics and Space Administration (NASA), Federal, State, County) and Commercial Space customers. The ASSC contract objective is to provide assured 24/7 aerospace launch services support for government and commercial space launch programs. Previous Acquisition and Current Contract:� ASSC was previously competed as a Total Small Business Set-Aside and awarded to United Paradyne Corporation (Small Business Concern);�contract #FA4610-16-C-0008, last option period ends 30 MAR 2022, and a Hybrid Firm Fixed Price (FFP) contract type with Cost Reimbursable and Cost Plus Fixed Fee CLINs. Mission Essential Services: TA and AGE services/tasks�are mission essential requirements which require continued support during peacetime, national emergency, and/or wartime scenarios.� Tentative Acquisition Schedule:� 1st Draft RFP Release: 7 Aug 2020 Virtual Industry Day: 27 Aug 2020 (on-line via internet) 2nd Draft RFP Release: 15 Oct 2020 (to include Sections L and M) RFP Issuance: 30 Nov 2020 Proposals Due: 14 Jan 2021 Anticipated Award: Dec 2021 Questions: All communications associated with this announcement shall be submitted via email to both the primary and secondary Points of Contact.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3f96494cf5b94eb4bfcc5084ace31bc8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05964576-F 20210409/210407230111 (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.