Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2023 SAM #7857
SOLICITATION NOTICE

R -- DAF Geospatial Support and Services (GSS) 2.0

Notice Date
5/31/2023 5:29:39 PM
 
Notice Type
Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
FA8003 771 ENTERPRISE SOURCING SQ WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA800323R0003
 
Response Due
6/16/2023 9:00:00 AM
 
Archive Date
09/16/2023
 
Point of Contact
Travis Leffert, Phone: 9379042041
 
E-Mail Address
travis.leffert@us.af.mil
(travis.leffert@us.af.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
NOTE: DUE TO A SYSTEM ERROR IN PIEE THE SOLICITATION NUMBER HAS BEEN MODIFIED IN THE SOLICITATION PORTAL TO READ FA800323R1003.�The Department of the Air Force (DAF) Installation Contracting Center (AFICC) at Wright Patterson AFB, Ohio, is announcing release of the Request for Proposal (RFP) FA8003-23-R-0003. This solicitation will serve to acquire DAF Geospatial Support and Services (GSS) supporting all DAF geospatial service requirements. The purpose of this requirement is to facilitate consistent, aligned, and unified geospatial support services for improved shared situational awareness and decision making across the various echelons of military hierarchy including individual unit level (e.g., squadron), installation level, and management headquarters level and employment of Agile Development and/or Agile program management tools, techniques, and processes. Support may include technical assistance at Headquarters Air Force, Major Commands (MAJCOM), Centers, Field Operating Agencies, Numbered Air Forces (NAFs), Main Operating Bases (MOBs) and reach-back support to forward deployed military personnel at Forward Operating Locations (FOLs) as well as a surge capability to quickly respond to wartime, contingencies and manmade or natural disasters. The nature of this work will, at times, demand the contractor be capable of quick response deadlines. Each individual requirement is to specifically address tasks, project scheduling, and other related performance criteria as necessary. Research data-points attempted to align with these specific geospatial centered needs in the form of twelve core tasks which included:Task 1: DAF Geospatial Agency Program Management and/or Geospatial Program Office Operations Support (FFP)Task 2: Requirements Elicitation (Collection, Development, Analysis, and Synthesis) (FFP)Task 3: Geospatial Strategic Support (FFP)Task 4: Communications, Education, and Training Support (FFP)Task 5: Geospatial Data (FFP, T and M, FFP LOE)Task 6: Geospatial Analysis and Data Presentation Support (FFP)Task 7: Geospatial IT System Support and Management (FFP)Task 8: System Assessment and Authorization (FFP)Task 9: IT Portfolio Management Activities (FFP)Task 10: Application Development, Modernization, and Sustainment (FFP, T and M, FFP LOE)Task 11: Helpdesk Services and Customer Support Services (FFP)Task 12: Surge/Contingency Support (FFP, T and M, FFP LOE)The North American Industry Classification System Code (NAICS) for this solicitation is 541370, Surveying and Mapping (except Geophysical) Services. The business size standard in dollars is $19.0M.One source selection will be conducted under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, in conjunction with selected procedures from FAR Part 15, Contracting by Negotiation. This acquisition will utilize the Tradeoff Source Selection Process IAW FAR 15.101-1, Tradeoff Process and FAR 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) and the Air Force Federal Acquisition Regulation Supplement (AFFARS), to make an integrated assessment for a subjective tradeoff award decision to award approximately ten (10) indefinite delivery/indefinite quantity (IDIQ) basic contracts for the GSS 2.0 program. Subjective tradeoff will be accomplished based upon Performance and Price. Award will be made to approximately five (5) small businesses and approximately five (5) large businesses. One (1) initial task order (TO) is intended to be awarded as a part of this solicitation. The TO will act as a guaranteed minimum of $3,000 will be awarded concurrently with the IDIQ contracts, which will provide for the attendance of the GSS 2.0 Kick-off Meeting, Quality Control Plan (QCP), and IDIQ Program Management Support. The contract will have a single five-year ordering period and up to six-months extension in accordance with (IAW) FAR 52.217-8.� Approximately five (5) IDIQ basic contracts will be set-aside 100% for small business concerns/firms. To be considered a small business Offeror, the firm must be eligible IAW size standard of NAICS 541370 as of the date the Request for Proposal (RFP) closes. The size standard of each small business offeror will be validated prior to award, to confirm award is made only to responsible small business firms. TOs valued at less than $2.6M will be set-aside for the small business basic IDIQ contract awardees. FAR 52.219-7 Notice of Partial Small Business Set-Aside is applicable to this solicitation.All potential offerors should carefully review the instructions in the Addendum to 52.212-1 as well as the evaluation criteria described in the Addendum to 52.212-2 of the Solicitation. AFICC will award contracts in accordance with the evaluation procedures established in the Final RFP. All responsible business sources may submit a proposal which shall be considered by the Agency.For specific questions, please contact the AFICC 771 ESS/EGB Contracting Officer, Frank Batz, at frank.batz@us.af.mil, or Contract Specialists Dominic Gentile (dominic.gentile@us.af.mil) and SSgt Travis Leffert (travis.leffert@us.af.mil). Deadline for receipt of Comments and Questions is Friday, 12 May 2023 at 12:00 pm EST. All questioned received from potential offerors will be answered and a combined response will be posted to SAM.gov on or before Friday, 16 June 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0c4da29eba3d478ba8cb4795c09e3d16/view)
 
Place of Performance
Address: San Antonio, TX 78226, USA
Zip Code: 78226
Country: USA
 
Record
SN06699349-F 20230602/230531230109 (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.