Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOLICITATION NOTICE

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

Notice Date
8/1/2024 10:48:47 AM
 
Notice Type
Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8108 AFSC PZIE TINKER AFB OK 73145-9119 USA
 
ZIP Code
73145-9119
 
Solicitation Number
FA810824RB001RFP
 
Response Due
8/26/2024 3:00:00 PM
 
Archive Date
09/10/2024
 
Point of Contact
Jennifer Russ, Ryan McCabe
 
E-Mail Address
jennifer.russ@us.af.mil, ryan.mccabe.2@us.af.mil
(jennifer.russ@us.af.mil, ryan.mccabe.2@us.af.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
Request for Proposal Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Program Multiple Award IDIQ Funds are not presently available for this acquisition. No Task Order awards will be made until appropriated funds are available. Funds are anticipated to be available in FY25. 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 is establishing a Multiple Award Indefinite-Delivery Indefinite-Quantity solicitation/contract as�contemplated by FAR 16.504 and referenced in FAR 52.216-22 Indefinite Quantity. Task orders will be awarded using�the procedures found in FAR 16.505(b)(1). The contract type is combination of Firm Fixed Price, Cost Reimbursement, and Time & Materials. The estimated period of performance includes one 5-year basic ordering period and one 5-year option period for a potential total of up to ten (10) years. Because the CFT LASR is a multiple award acquisition, the dollar amount issued under any CFT LASR contract/task order will count towards the total contract maximum of $7,009,592,463.00. The sum contract value of all CFT contracts/task orders shall not exceed the total program ceiling. The contract maximum is $7.009B for all task orders issued under the multiple CFT basic contracts. Awards 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. Solicitation instructions and information regarding evaluation criteria can be found in Attachment 4, Section L - Instructions to Offerors and Attachment 6, Section M - Evaluation Factors for Award.� This solicitation is a Partial Set-Aside of task orders for small businesses and potentially other socioeconomic categories as defined in FAR 19.000(a)(3), 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 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 IAW�FA8108.52.219-9ZH6 and FA8108.52.216-9ZH7 located in Attachment 2, H-Clause. Foreign participation is prohibited. The Contracting Officers listed in this posting are the sole points of contract for this solicitation. Proposals are due no later than 5:00PM CST on August 26, 2024 via the instructions described in Attachment 4, Section L paragraph 2.4. Amendment 0001 -� The proposal due date is extended to 5:00PM CST on August 26, 2024.� Amendment 0002� -�The purpose of this amendment is to provide Q&A answers and make administrative changes to the RFP and accompanying attachments. The Government's Q&A response can be found in the Attachments section of this posting. Summary of Changes - Amendment 0002 Changes within Attachments 1, 2, 4, 6 have been highlighted in the documents for ease of use. Please utilize the summary of changes below for additions/changes/deletions. SF30/SF33 Addition of DFARS clause 252.228-7001 �Ground and Flight Risk� Remove Q&A language from Section B Section J list of Attachments updated. Attachment 1 Performance Work Statement Updated Table of Contents 4.6.1 updated - deleted sentance to remove conflicting language 5.2.1 updated Addition of 5.2.1.1 Attachment 2 H-Clause H1 (9) �If a task order period of performance crosses either the basic period or an option period of the basic contract, contractors can expect the instructions for proposal preparation for the task order will clearly state how the rates will be evaluated. Any price proposal that contains rates that exceed any period requested in the FOPR will be ineligible for award unless otherwise specified by the PCO. In rare circumstances, the PCO may determine that it is in the best interest of both the Government and the Contractor to allow Contractors to exceed any established rates for a particular effort which will be clearly delineated in the instructions for proposal preparation for the task order� has been removed and H1 has been re-numbered H1 (19) now (18) has been updated to remove �at or below rates specified in the FOPR� H1 (18) (a) and (b) were updated to make clear which T&M clause(s) would be used in each instance. H3 (b) has been updated to remove references to NTEs H9 (b) (1) �Teaming Partner (T): two companies proposing under a contract teaming arrangement agreement. To enter into a teaming arrangement agreement, the Offeror must provide a contract teaming arrangement agreement signed by all team members. This contract teaming arrangement agreement must state each member of the team will conduct business under one composite rate for each job classification. Each contract teaming arrangement agreement must also state all team members must operate under one billable hourly rate at the task order level. Team members will not have their own composite rates, nor separate billable hourly rates at the task order level� has been removed and H9 has been re-numbered H9 �Post-award management� heading above (c) has been updated H9 Teaming/Subcontracting List, *Possible Business Arrangement(s): Teaming Partner = T has been removed Attachment 4 Section L 4.4.2 under table 2.2.2.1 was updated Section 6.2.1 was updated to include electronic signatures Past Performance Questionnaires (PPQs) removed from Table 2.2.2.1 Cross-Reference Matrix Page Limit in 2.2.2.1 raised to Unlimited References to the incorrect Attachment 6 updated to Attachment 7 ITO Attachment 1.2, Section 4: Evaluation, S4 corrected from 30 to 90 days ITO Attachment 1.3, For Official Use Only changed to Controlled Unclassified Information (CUI) ITO Attachment 2.0, Teaming Partner removed under Designation Codes Attachment 6 Section M References to the incorrect Attachment 6 HTRO Scoring Matrix updated to Attachment 7 Header updated to Attachment 6
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b9544284b6dc4883acb7bba5a8fe1bf4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07152380-F 20240803/240801230146 (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.