Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2024 SAM #8138
SOLICITATION NOTICE

U -- DoD STARBASE at Columbus AFB - Solicitation for Non-Profit Organizations

Notice Date
3/7/2024 12:07:18 PM
 
Notice Type
Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
FA3022 14 CONS LGCA COLUMBUS MS 39710-0001 USA
 
ZIP Code
39710-0001
 
Solicitation Number
FA302224Q0001
 
Response Due
3/29/2024 10:00:00 AM
 
Archive Date
04/13/2024
 
Point of Contact
SrA Charlie Sweetland, Ivan Luckett
 
E-Mail Address
charlie.sweetland@us.af.mil, ivan.luckett.1@us.af.mil
(charlie.sweetland@us.af.mil, ivan.luckett.1@us.af.mil)
 
Description
This solicitation is open to�NON-PROFIT�organizations only.� Requirement: The purpose of this effort is to obtain services and expertise necessary for the operation and management of the DoD STARBASE Program at Columbus Air Force Base (CAFB), Mississippi. The Contractor shall provide all services and supervision necessary for the operation of the STARBASE Academy and STARBASE 2.0. STARBASE 2.0 is an option for additional services and if exercised by the government, will be implemented after the first full year the STARBASE core is taught and/or after STARBASE evaluation. Services provided shall include: STARBASE program management educational instruction; instructor hiring/dismissal, supervision and evaluations and information management required to ensure successful accomplishment of the STARBASE program. This is a� solicitation for STARBASE Academy Services, Commercial, Non-Personal prepared in accodance with FAR Part 12 and FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation;quotes are being requested and a separate written solicitation will not be issued.�The contract will be Firm Fixed Price (FFP) per the CLIN structure reflected in the attached SF 1449 RFQ. Please see the attached SF 1449 solicitation document and PWS for contract line item numbers (CLINs), quantities, units of measure, description of requirements, period of performance information, applicable clauses and provisions, and other information pertinenet to this acquisition. Offerors are required to utilize the SF 1449 solicitation document to submit their quote, following the instructions contained therein, reference FAR 52.212-1, Instructions to Offerors.� (Included below) Offerors shall reference 52.212-2�Evaluation�Commercial Products and Commercial Services for information regarding evaluation factors.� All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). Lack of registration in the SAM will make an offeror ineligible for contract award. Period of Performance:� Base Period - 15 April 2024 - 14 April 2025 Option One - 15 April 2025 -�14 April 2026 Option Two - 15 April 2026 - 14 April 2027 Option Three - 15 April 2027 - 14 April 2028 Option Four - 15 April 2028 -�14 April� 2029 NOTICE TO OFFERORS: Funds are presently not available for this project. 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. Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) The contractor shall submit a written cover letter, price proposal (SF 1449), technical approach, past performance worksheets(s) and subcontracting plan (if applicable) for consideration before the Due Date and Time listed for this RFQ to charlie.sweetland@us.af.mil and ivan.luckett.1@us.af.mil. Your proposal shall include the following: A Cover Letter that provides the following information: A Cover Letter that provides the following information: Company point of contact with email and phone number Verification of Non-Profit Status Applicable NACIS Code CAGE Code DUNS number A statement that your company understands the requirements specified in the Performance Work Statement (PWS). A statement that your company takes no exception to any of the requirements of the PWS. Contractors are to propose to the following CLIN structure: SEE SF 1449 INSTRUCTIONS The response shall consist of three (3) factors as outlined below: Factor I - Price Proposal�- Complete Unit and Extended Prices for all CLINs as outlined above. Factor II - Technical Proposal�- A description of the services being offered in sufficient detail to evaluate compliance with the requirements set forth in this RFQ. The technical proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal shall not simply restate or rephrase the Government's requirements, rather it shall provide a convincing rationale explaining how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the Offeror's proposal. Each factor shall be written on a stand-alone basis so that its contents may be evaluated without cross-referencing. Elaborate graphics, multi-media functions (for example, video clips or sound bites), or other embellishments are not desired. An offeror's approach must clearly demonstrate its capability of and capacity for performance of this required service by providing all information pursuant to each Sub-Factor as identified below in accordance with the PWS.�If a subcontractor will be used, submit a subcontracting�plan IAW the requirements listed FAR 19.704. SUB-FACTOR 1 - Phase- In Plan Submit a phase-in plan that complies with the PWS and demonstrates the contractor's approach for providing the resources necessary to ensure and maintain service quality levels and staffing levels as specified in the PWS. Provide startup methodology in logical sequence to ensure a smooth initial startup of the program; a timeline for completion; and identify any associated risks, issues and risk mitigation strategies. SUB-FACTOR 2 - STAFFING PLAN Staffing Plan: Submit a staffing plan that complies with the PWS and demonstrates the contractor's approach for recruitment, training and placement to meet contract requirements, including key personnel. Provide methodology to manage and minimize impact of unexpected turnover (such as promotions, employees leaving the company, extended illnesses, or military duty, etc.) on contract performance; and ensure personnel coverage during absences (sick and personal leave of employees). Factor III - Past Performance�- an offeror's or contractor's performance on active and physically completed contracts. PAST PERFORMANCE- The Offeror will provide three (3) past performance evaluation documents with information via CPARS/PPIRS or directly from previous work sources for use in evaluating Past Performance using Attachment 6 - STARBASE Past Performance Worksheet.� � (End of provision) Any questions or comments must be submitted to charlie.sweetland@us.af.mil and ivan.luckett.1@us.af.mil no later than (NLT) 15�March 2024 12:00 PM CST.��Answers will be posted on or about 20 March 2024. Quotes are due NLT 29 March, 2024 at 12:00 PM CST. Offers must be submitted in writing and ONLY via email to�charlie.sweetland@us.af.mil and ivan.luckett.1@us.af.mil.� ------------------------------------------------------------------------------------------------------------------------ SOLICITATION AMENDMENT 1:� The purpose of this amendment is to revise the PWS to add (1) 3D Printer onto the Government Furnished Property chart. See PWS dated 6 March 24. Additionally this amendment will attach:� Questions and Answers 1 pdf Questions and Answers 2 pdf *See attachment section*� ------------------------------------------------------------------------------------------------------------------------
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36ee65951f934e3dadebf45460074cda/view)
 
Place of Performance
Address: Columbus, MS 39705, USA
Zip Code: 39705
Country: USA
 
Record
SN06989232-F 20240309/240307230043 (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.