Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2024 SAM #8226
SPECIAL NOTICE

J -- Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Multiple Award IDIQ

Notice Date
6/3/2024 8:50:47 AM
 
Notice Type
Special Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8108 AFSC PZIE TINKER AFB OK 73145-9119 USA
 
ZIP Code
73145-9119
 
Solicitation Number
FA810824RB001DRAFT2
 
Response Due
3/13/2024 2:00:00 PM
 
Archive Date
07/01/2024
 
Point of Contact
Ryan McCabe, Jennifer Russ
 
E-Mail Address
ryan.mccabe.2@us.af.mil, jennifer.russ@us.af.mil
(ryan.mccabe.2@us.af.mil, jennifer.russ@us.af.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A DRAFT REQUEST FOR PROPOSAL (RFP) FOR MARKET RESEARCH. NO PROPOSALS ARE REQUESTED AT THIS TIME. Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Program The CFT LASR Program supports multiple customers by providing timely and high-quality maintenance augmentation for fielded active weapon systems worldwide.� These CFTs can perform modification, organizational/ intermediate/depot maintenance, inspection, and repair of active systems in the US Government inventory, such as aircraft: fixed-wing, rotary-winged and drone; vehicles; aerospace equipment; missile systems; subsystems such as engines, communications, and cryptologic equipment; and ground support equipment.� Efforts will include on-site Organizational level (O), Intermediate/Field (I), and Depot/Sustainment (D) level maintenance support at customer (government-owned or government-leased) facilities located both in the continental United States (CONUS) and outside the continental United States (OCONUS).� All weapon systems supported under the CFT LASR contract will be non-commercial and must have Government-owned technical data.� The objectives and requirements identified within the Attachment 1 - Performance Work Statement are described in general terms. Each task order (TO) will be tailored to address customer specified task order requirements, scheduling, task order options, and performance criteria.� As with any contract, clearly understanding the task and defining the requirement is the most important step a customer can take to assure a successful outcome. The purpose of the CFT LASR contract is to provide government organizations with the ability to augment their organic maintenance capabilities with qualified contract maintenance personnel.� The CFT LASR contract does not provide for and cannot fulfill organizational needs for Total System Performance Responsibility (TSPR), Turn-Key Operations, Government-Owned Contractor-Operated (GOCO) facilities, or logistics-only support operations.� The CFT LASR contract cannot be utilized to fulfill organizational needs for personal services or inherently governmental functions. The Government plans to award a multiple award indefinite delivery/indefinite quantity (ID/IQ) contract for the CFT LASR program.� Award will neither be based on the Lowest Price Technically Acceptable (LPTA) nor Tradeoffs. Within the best value continuum, FAR 15.101 defines best value as using any one or a combination of source selection approaches. For CFT LASR, the best value basis for award will be determined by utilizing the Highest Technically Rated Offerors (HTRO) Minimum Technical Threshold Rating (MTTR) approach. HTRO will best achieve the objective of awarding contracts to Offerors meeting the LASR program�s primary goals and objectives by providing rapid labor augmentation capability for all levels of maintenance. This draft RFP is subject to a Partial Set-Aside of task orders for Small Businesses that the Government estimates will require the contractor to provide less than 100 full-time equivalents (FTEs) of personnel per task order in the CONUS or less than 50 FTEs OCONUS. Only qualifying small businesses will be eligible to compete for set-aside task orders. Task orders larger than the partial set-aside will be available for competition among contractors (large or small) who successfully compete under the non-set-aside portion of this solicitation for the Full and Open Competition Pool Small Business Choice of Competition. Small Business offerors shall clearly indicate the pool(s) in which they intend to compete on the front page of the RFP. Small businesses may elect to compete in either or both competition pool(s). If a small business elects to compete in the full and open pool, they must submit a separate proposal, to include all volumes, for the Full & Open Competition Pool and meet all the criteria for that pool to be eligible for award. Successfully performing small businesses may become eligible to expand into the full and open pool. No funding is available currently. Funding will only be obligated on each task order awarded under the basic contracts. The minimum order for all awarded basic contracts will be the post-award conference. The anticipated RFP release is in May/June 2024 timeframe. Offerors may find a consolidated list of questions and the Governments answers from the November 22nd draft RFP attached to this posting. Currently, the Government is seeking additional feedback regarding the draft RFP. Potential offerors are encouraged to self-score themselves and provide comments/questions regarding all aspects of the draft RFP. Furthermore, potential offerors are encouraged to provide comments regarding the specific topics below: HTRO MTTR Threshold HTRO Scoring Criteria Small Business Participation Minimum Team Compliment (MTC) AS9100D Certification & Post Award Audit Please utilize the�Attachment 7 QA Form to record your responses. Responses are due no later than 13 March 2024 at 4:00PM CST to the POC listed in this posting. Pre-Solicitation Conference The Government intends to host a virtual Pre-Solicitation Conference via Microsoft Teams to provide industry with an overview of the upcoming solicitation. Attendance is not a requirement, though potential offerors are highly encouraged to participate. Attendees are required to submit your companies name, cage code, names of attendees, and number of attendees by NLT 14 March 2024 at 4:00PM CST via the POC in this posting. Each company is limited to three (3) attendees. Power Point Presentation Slides (in PDF Form) will be available via an amendment to this posting NLT 4:00PM CST on 15 March 2024. The Pre-Solicitation Conference will take place on 19 March 2024 at 9:00AM CST. A Microsoft Teams link will be provided in a response email. Offerors shall provide confirmation that the link was received. Offerors attending the Pre-Solicitation Conference will be given three (3) days to submit additional questions/comments regarding all aspects of the draft RFP utilizing the Attachment 7 AQ Form. These are to be new questions only.�Responses are due no later than 22 March at 4:00PM CST to the POC listed in this posting. A consolidated Government response to all comments/questions will be provided as an amendment to this posting at a later time. Amendment - 8 Mar 2024� Sample DD254 added to list of attachments for potential offerors. DD254s may be required at the individual task order level. Amendment - 15 Mar 2024 The Pre-Solicitation Conference Briefing slides have been added as a PDF attachment. Those that registered for the Pre-Solicitation conference should receive the conference access information by the end of day on 15 Mar 2024. If you registered and have not received the conference access information by 12:00PM CST on 18 Mar 2024, please contact the POC in this posting, Ryan McCabe. Amendment - 26 Apr 2024 - Government Response to Q&A posted. Amendment - 3 Jun 2024�- Government Response to Additional Q&A posted. Please note that the RFP is expected to be released in June/July 2024
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8a49adb50dc9430381ebf1b9d3d848bc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07083561-F 20240605/240603230038 (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.