SOLICITATION NOTICE
R -- Joint All Domain Air/Ground Systems (JADAGS) Subject Matter Experts (SME) and Training
- Notice Date
- 2/8/2025 11:58:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
- ZIP Code
- 48906-2934
- Solicitation Number
- W912JB-25-Q-A039
- Response Due
- 2/27/2025 7:00:00 AM
- Archive Date
- 03/14/2025
- Point of Contact
- Kelli Kelley, Phone: 5174817852
- E-Mail Address
-
kelli.m.kelley3.civ@army.mil
(kelli.m.kelley3.civ@army.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- NOTE: The original solicitation W912JB-25-P-A039, posted on 06 FEB 2025 was cancelled 08 FEB 2025 due to an incorrect solicitation number. The correct solicitation number is W912JB-25-Q-A039 as posted on 08 FEB 2025. No changes to the following description, details, response date, or attachments have taken place during this time period. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS AQUISISITION Solicitation number: W912JB-25-Q-A039 Request for Quote (RFQ) Title: Joint All Domain air and Ground Support Services Restriction: SDVOSB NAICS: 541990 All Other Professional, Scientific, and technical services Size Standard: $19.5 million Issue date: 6 February 2025 Written questions must be furnished to the Government no later 10:00 AM Local on 20 February 2025, in order to ensure a timely response is provided by the solicitation closing date. All questions are to be submitted in writing at the time indicated in the solicitation or they may not be addressed before solicitation closing date; therefore, contractors are advised to submit questions as soon as possible. Please provide your company name, telephone, point of contact, e- mail address, and solicitation number on all questions. Closing date: 27 February 2025 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Quotes will be effective for 60 days. 52.212-1 ADDENDUM 1.0 QUOTE SUBMISSION INSTRUCTIONS 1.1 Submission Due Date. The offeror must ensure its quote, in its entirety, reaches the required destination before the date and time set for closing of the solicitation. The submission due date for this solicitation is 27 February 2025 at 10:00 AM (local time). 1.2 Late Proposals. The lateness rules for submitted quotes are outlined in FAR 52.212-1 ""Instructions to Offerors-Commercial Products and Commercial Services,"" and are incorporated into this solicitation. 1.3 Submission. The quote submitted in response to this solicitation shall be formatted as stated below and furnished electronically to the Contract Specialist (CS), Kelli Kelley, kelli.m.kelley3.civ@army.mil. The quote shall only be submitted as described. 1.4 Quote Compliance. The Government must have received from the offeror a fully compliant. The quote is compliant when it conforms to all of the requirements, terms, and conditions of the solicitation, including the Performance Work Statement (PWS). 1.5 Quote Acceptance. The contractor shall make a clear statement in the quote as to the expiration date of the quote and the stated expiration date shall be valid for all proposed subcontractors as well. 1.5.1 FAR 52.212-1(c) is hereby tailored for this solicitation: The contractor shall specify a quote acceptance period in the Quote Summary of not less than 60 days from the date of the solicitation closing. This date may be extended by mutual agreement. 1.6 Quote Retention. In accordance with FAR Subpart 4.8, Government Contract Files, the Government will retain one copy of all unsuccessful quotes. 1.7 Reserved 1.8 Reserved 2.0 QUOTE FORMAT 2.1 This section provides guidance to the offeror for preparing a quote in response to the solicitation. The offeror�s quote shall include all data and information required by this solicitation and submitted in accordance with these instructions. Any contract resulting from this effort shall be required to meet United States Government regulations and statutory requirements. In addition, the offeror is expected to ensure compliance with all laws, regulations, standards, and any other constraints specifically identified in the solicitation. 2.2 The quote submitted in response to the solicitation shall be formatted as stated below and furnished as stated herein. 2.2.1 The acceptable electronic formats for quotes shall be compatible with MS 365, specifically MS Word and MS Excel; PDF format is acceptable for the Technical capability quote and price narrative. The price quote must be in MS Excel format. 2.2.2 Minimum type size shall be 12-point Times New Roman standard font with single spacing (not to exceed 46 lines per page). Typesetting, font compression, or other techniques to reduce character size or spacing are not permitted and are considered a deliberate attempt to circumvent the page limitations. Prohibited techniques include setting the paragraph line spacing, a feature of MS Word, �exactly at 12 point.� 2.2.3 All quote volumes shall be labeled with the solicitation number (W912JB-25-Q-A039), as well as the name, address, and telephone number of the Offeror. 2.2.4 All volumes shall be electronic files and not be password protected. 2.3 Offerors shall scan all files for computer viruses prior to submission to the Government. 2.4 Quotes may not include classified information. All quotes shall be at the UNCLASSIFIED level. Every submission must be properly identified and marked with the proper security classification. 3.0 QUOTE CONTENT AND ORGANIZATION 3.1 The offeror shall prepare the quote as set forth in Table 1, Quote Organization Table. The completion and submission to the Government of documents identified in Table 1, Quote Organization Table, shall constitute an offer and shall indicate the offeror�s unconditional consent to the terms and conditions of the solicitation. 3.2 The quote shall not contain citations for, or active links to live Internet sites or pages. All linked information shall be contained within the electronic quote. Any linked information that is not contained in the quote will not be accepted. 3.3 Each volume shall be written or presented on a standalone basis. Information required for quote evaluation that is not found in its designated volume or presentation will be assumed to have been omitted from the quote and will not be considered. TABLE 1 QUOTE ORGANIZATION TABLE VOLUME SECTION TITLE COPIES PAGE LIMIT 1 Cover Letter-Not Evaluated 1- electronic Ulimited Quote Summary-Not Evaluated Organizational Conflict of Interest (OCI)-Not Evaluated 2 Factor 1: Technical 1 � electronic 20 pages 3 Factor 2: Price Quote 1 � electronic Unlimited 4 Factor 3: Past Performance 1 � electronic Unlimited 4.0 QUOTE DOCUMENTS 4.1 Quotes shall be clear and concise and include sufficient detail for effective evaluation. The offeror shall not simply rephrase or restate the Government�s requirements but shall provide convincing rational to address how the offeror intends to meet those requirements. The offeror should assume the Government has no prior knowledge of its capabilities and experience. The Government will base its evaluation on the information presented in the offeror�s quote in response to this solicitation, except as stated in the past performance evaluation section. 4.2 Quotes shall be structured in accordance with the Contract Line-Item Number (CLIN) structure set forth in the solicitation. 4.3 QUOTE SUMMARY, Volume 1, shall include: � Solicitation No. W912JB-25-Q-A039 � Date submitted � Offeror�s name � Offeror�s address, CAGE code, and DUNs � Offeror contact information for quote POC(s) � All proposed subcontractor(s) (as applicable) � Address, Unique Entity ID , CAGE code, and DUNs for each proposed subcontractor � Quote Acceptance Period � OCI Plan or negative affirmation 5.0 TECHNICAL CAPABILITY, Volume 2, shall include: 5.1 The Technical Capability section of the quote shall present relevant information articulating the offeror�s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror�s understanding by providing a clear description of the proposed approach to performing the work. The offeror�s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures. This section shall not include any pricing data. The offeror�s quote information will be evaluated to assess the risk that the offeror will timely meet contract requirements. 6.0 PRICE, Volume 3, shall include: 6.1 Price Quote Format. 6.1.1 Electronic spreadsheet files (Workbooks) shall be sent in MS 365 Excel compatible format, and include all formulas, functions, macros, computations, or equations used to compute the proposed amounts. There can be no cell references to data or files which are not included in the Price Volume. For each Workbook, all Rows, Columns, Cells and Worksheets must be Visible (object.Visible=True). Zero height/Zero width rows/columns in Worksheets are not acceptable. Worksheet cells formatted with the Font color equal to the Fill color are unacceptable. Workbooks or Worksheets shall not be password protected. Print image files or pictures (for example a picture of an Excel spreadsheet embedded in a word document) or files containing only values are not acceptable. 6.1.2 Supporting narrative, including Basis of Estimate (BOE) sheets, shall be provided in files that are MS 365 Excel or MS Word. BOEs may not be submitted as pictures. Text or spreadsheets used as supporting rationale within a BOE may not be included as a picture. 6.1.3 Under no circumstances is price information and documentation to be included elsewhere in the quote. 6.2 The price quote shall contain: 6.2.1 The offeror shall submit data substantiating the price proposed to complete the requirements identified in the solicitation. The offeror�s price quote shall contain sufficient factual information to establish that the proposed price is reasonable and complete. The offeror shall submit a narrative BOE to substantiate the price quote. 6.2.2 The offeror shall provide: � The total price for each CLIN in the solicitation. The offeror shall identify hours and fully burdened rates for all labor categories. The quote shall identify all price elements including direct labor and other direct costs broken out by indirect rate. The offeror shall provide a basis for any proposed labor escalation, including an explanation of how it was applied in this offer. 6.2.3 Reserved 6.2.4 In accordance with FAR 13.106-3(a), in addition to the information requested above, the Government reserves the right to request additional or more detailed information to support its evaluation of price reasonableness. 7.0 PAST PERFORMANCE, Volume 4, shall include: 7.1 Provide at least (2) Past Performance references. Include recent and relevant contracts (within the last five years) for similar services with like or similar size and complexity. Include contract numbers, points of contact with telephone numbers and other relevant information. 8.0 ORGANIZATIONAL CONFLICT OF INTEREST 8.1 The provisions of FAR 9.5, OCI, apply to any award under this solicitation. Potential offerors should review their current and planned participation in any other Government contracts, subcontracts, consulting, or teaming arrangements where they may be in a position of actual or perceived bias or unfair competitive advantage. A common example with the potential for OCI is where an entity performs work both as a system contractor/subcontractor and as a Government support contractor for Government offices involved in supporting program efforts or related programs. 8.2 All offerors shall make a preliminary disclosure to the PCO, at the time of its quote, of any Organizational Conflict of Interest (OCI) issues it has identified or provide an affirmative statement that the offeror does not have an Organizational Conflict of Interest (OCI) as it applies to this solicitation. 8.2.1 An offeror failing to submit an OCI plan that it is later determined should have been submitted, could cause the quote to be rejected and no longer be considered for award. Offerors shall include in its plan where its employees are located and the total of employees in the location(s). 8.3 Offerors should disclose any potential OCI situations to the PCO as soon as identified including prior to quote submission. The disclosure should include the facts and an analysis of the actual or perceived conflict and a recommended approach(s) to neutralize or mitigate the potential conflict. The preferred approach to potential conflicts is to negate/obviate the conflict. Mitigation is considered only if it is not practical to negate/obviate the conflict. The PCO will promptly respond to resolve any potential conflicts. 9.0 EVALUATION FACTORS FOR AWARD 9.1 The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 9.1.1 Technical Capability 9.1.2 Price 9.1.3 Past Performance 9.2 Basis for Award 9.2.1 The Government intends to award a single Firm-Fixed Price (FFP) Contract as a result of this solicitation. 9.2.2 Per FAR 9.103, the contract will be placed only with an offeror that the Contracting Officer determines to be responsible, that is, those who can satisfactorily perform the necessary tasks and deliver the required services on time. Prospective offerors, in order to qualify as sources for this acquisition, must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. In addition, the Government may assess the offeror�s financial ability to meet the solicitation requirements. No award can be made to an offeror who has been determined to be not responsible by the Contracting Officer. 9.2.3 Consistency. Each section of the offeror�s quote shall be consistent within the quote. 9.2.4 Completeness. The Government�s ability to evaluate a quote may depend on the level of detail and supporting documentation provided. Insufficient supporting documentation or detail in a quote may prevent the Government from evaluating a quote. 9.2.5 The Government will assess the offeror�s quote on three factors: (1) Technical Capability, (2) Price, and (3) Past Performance. 9.2.6 The Government intends to evaluate offerors and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than lowest offer; and waive informalities and minor irregularities in offers received. 9.3 EVALUATION OF TECHNICAL CAPABILITY 9.3.1 Evaluation of this factor will assess the offeror's proposed approach and understanding of the requirements and risk of unsuccessful performance of the proposed approach to technical capability in accordance with PWS paragraph(s), section 5 and the deliverables table. 9.4 EVALUATION OF PRICE FACTOR 9.4.1 Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether prices are reasonable, complete, and are not unbalanced. 9.4.2 Reasonableness. The Government will evaluate the price reasonableness of the offerors' proposed prices to ensure that in its nature and amount, it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government shall employ price analysis techniques in accordance with FAR 13.106-3 to determine that a proposed price is fair and reasonable. 9.4.3 Reserved 9.4.4 Unbalanced Pricing. Offerors should note that pricing will be carefully reviewed to detect whether quotes are unbalanced between line items or subline items, as well as unbalance between periods. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly over or understated as indicated by the application of cost or price analysis techniques. Unbalanced offers may be determined unacceptable. 9.4.5 Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Additionally, as part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by calculating the price for six months of performance using the monthly pricing from the offeror's final option period prices. The calculated six-month price will be added to the offeror's total proposed price. Thus, the offeror's total price for the purpose of evaluation will include the base period, all option periods, and the calculated six-month extension price. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. 9.5 EVALUATION OF PAST PERFORMANCE 9.5.1 Evaluation of this factor will assess the offeror's Past Performance. Offerors shall furnish information for at least (2) contracts that have been completed within the last five years for similar services with like or similar size and complexity. The Past Performance evaluation will assess the offeror�s ability to successfully accomplish the proposed effort based on the offeror�s Past Performance. The Government may use information available from past government contracts and any information found using sources such as Past Performance Information Retrieval System (PPIRS) or the Contractor Performance Assessment Reporting System (CPARS). The Government reserves the right to limit or expand the number of references it decides to contact and to contact references other than those provided by the offeror. (End of FAR 52.212-1 Addendum) FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS AQUISISITION
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c99309be9d1142fba287f8380edd5d19/view)
- Place of Performance
- Address: MI 48906, USA
- Zip Code: 48906
- Country: USA
- Zip Code: 48906
- Record
- SN07337260-F 20250210/250208230029 (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 |