Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOLICITATION NOTICE

49 -- Automatic Test Systems Acquisition - I (ATSA-I)

Notice Date
9/20/2024 9:04:38 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8533 AFLCMC WNKAB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8533-24-R-0002
 
Response Due
5/2/2024 1:00:00 PM
 
Archive Date
05/31/2025
 
Point of Contact
Sandra E. Harvey, Jonathan R. Riggins
 
E-Mail Address
Sandra.Harvey.2@us.af.mil, jonathan.riggins.2@us.af.mil
(Sandra.Harvey.2@us.af.mil, jonathan.riggins.2@us.af.mil)
 
Description
20SEP2024: Notice Update: Due to SAM.gov system limitations, the below RFP attachments were not uploaded to this notice ID on this date. The below RFP attachments are the same as posted on 01AUG2024.� RFP Attachment 3 - ATSA-I Self-Scoring Matrix-07MAY2024 RFP Attachment 4 - ATSA-I Work Sample Cover Sheet-24APR2024 RFP Attachment 5 - ATSA-I-Statement of Objectives-06MAY24 POSTED:� ATSA-I Newsletter Updated-20SEP2024 20SEP2024: This SAM post is to provide industry with an updated DRAFT RFP (dated 19SEP2024) with all six (6) attachments for review prior to issuance of the FORMAL RFP.� The FORMAL RFP is still on target to be released the week of 26 September 2024.� The team is working to release the RFP before this date. The FORMAL RFP could be released as soon as 24 September 2024. This SAM posting contains the DRAFT RFP, 6 RFP attachments, and 1 newsletter.� POSTED:� ATSA-I Newsletter-20SEP2024 DRAFT RFP, dated 19 SEP2024 RFP Attachment 1- ATSA-I Section L-Instructions to Offerors-28AUG2024 RFP Attachment 2 - ATSA-I Section M-Evaluation Basis for Award-28AUG2024 RFP Attachment 3 - ATSA-I Self-Scoring Matrix-07MAY2024 RFP Attachment 4 - ATSA-I Work Sample Cover Sheet-24APR2024 RFP Attachment 5 - ATSA-I-Statement of Objectives-06MAY24 RFP Attachment 6 - ATSA-I VENDOR GUIDE-05AUG24 ________________________________________________________________ 17SEP2024: NOTICE: RFP release has been delayed.�The new RFP release date is expected to be around the 26th of September 2024. A DRAFT RFP dated 17SEP2024 has been posted for review. This SAM posting also includes one ATSA-I question-response pdf dated 17SEP2024.� POSTED:� ATSA-I Newsletter-17SEP2024 DRAFT RFP FA8533-24-R-0002-17SEP2024 ATSA-I Question-Response dated 17SEP2024 ________________________________________________________________ 12SEP2024: This SAM update is to post the ATSA-I Synopsis-Amendment 1 Automated Test Systems Acquisition-I (ATSA-I) AMENDMENT 1 � 12 SEP 2024 The synopsis is amended with the following addition: All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency, (FAR 5.207(c)(16)(i). This synopsis serves as a notice of intent that the Automatic Test Systems (ATS) Contracting Branch at the Warner Robins Air Logistics Complex (WR-ALC), Georgia. (AFLCMC/WNKB) anticipates issuing a Request for Proposal (RFP) on SAM.gov under Notice ID: FA8533-24-R-0002, for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts for the ATS Division. The Government reserves the right not to award any contracts and may do so without prior notice to offerors. �The ATS Acquisition-I (ATSA-I) acquisition will establish a solid awardee base comprised of large and small businesses and nonprofit institutions (including educational) for the rapid procurement of commercial and non-commercial products and services to sustain and support the full scope of the ATS Division�s portfolio. The ATSA-I will be a �mandatory use contract vehicle� for the ATS Division covering all life-cycle requirements. This contract will subsume existing contracts as they expire and satisfy any future contractual needs of the ATS Division. The ATS Division portfolio supports and manages the end-to-end life cycle of ATS, encompassing complex-aircraft and armament-system-specific test systems in support of warfighter Operations and Maintenance (O&M) at operating locations worldwide. The ATSA-I contract vehicle will provide a streamlined acquisition approach for all ATS procurements of services and supplies to support users across a range of multiple services and organizations, including, but not limited, to the United States Air Force (USAF), USAF Reserve (USAF-R), Air National Guard (ANG), F-35 Joint Strike Fighter (JSF), Foreign Military Sales (FMS), and other Department of Defense (DoD) services. The supported aircraft platforms include, but are not limited to fighters, bombers, cargo/airlift/tankers, Unmanned Aerial Vehicles (UAVs), and helicopters. The duration of the contracts will be for ten (10) years. The contract will consist of eight (8) ordering periods, divided into two (2) phases. Each phase will be comprised of five (5) years. Each phase contains a 24-month base period, and three (3); 12-month ordering periods. The contracts will contain one (1) option (FAR 52.217-9), between phases I and II. �To ensure a solid ATSA-I awardee base, on-ramping opportunities may occur in Phase I Base Period 1, between years 2 and 3, at the exercise of option, and Phase II between years 7 and 8. This acquisition will be a Full and Open Competitive Acquisition with no small business set-asides.� The ATSA-I RFP will be issued for competitive acquisition accomplished utilizing the hybrid Highest Technically Rated Offeror (HTRO) and Technical only source selection methodology conducted in accordance with Federal Acquisition Regulation (FAR) 15, Contracting by Negotiation, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), the Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS), and DoD Source Selection Procedures, 20 August 2022 to make award decision. The source selection will be conducted without tradeoffs. Technical and Small Business Participation will be evaluated on acceptable/unacceptable basis using the Technically Acceptable source selection procedures. Each Offeror�s technical proposal will be evaluated for technical acceptability based on the Offeror�s submitted self-score matrix and work samples substantiated by demonstrated experience documentation. Past Performance and Cost/Price will not be evaluated. Cost/Price will be evaluated at the order level.� The release of the ATSA-I RFP will include the following RFP attachments as part of the RFP package: � Section L-Instructions to Offerors (RFP Attachment 1) Section M-Basis of Evaluation (RFP Attachment 2) ATSA-I Self-Scoring Matrix (RFP Attachment 3) ATSA-I Work Sample Cover Sheet (RFP Attachment 4) Statement of Objectives (SOO) (RFP Attachment 5) ATSA-I Vendor Guide (RFP Attachment 6) All offerors shall prepare their proposals in accordance with the mandatory, explicit, and detailed instructions contained in the ATSA-I RFP. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency, (FAR 5.207(c)(16)(i). The Procuring Contracting Officer (PCO) may deem submissions non-responsive is they fail to comply with Federal Acquisition Regulation (FAR) guidelines, FAR subparts, and instructions outlined herein. The ATSA-I RFP release date has been delayed from the original anticipated release date of 20 August 2024; however, the government is working diligently to release the RFP by the end September 2024. It is anticipated that the RFP will be released on or around 24 September 2024 and anticipated award is in the JUL-AUG 2025 timeframe. The Government intends to award multiple contracts and one (1) task order valued at $1000.00 to attend one (1) virtual post-award conference as a result of the solicitation (FA8533-24-R-0002). The Government will not be liable for costs incurred by the offeror(s). Foreign companies will not be permitted to participate in this competition.� The information in this announcement is subject to change in the final solicitation document that will be published on SAM.gov. Offerors are encouraged to register to receive notification for solicitation and all amendment/revisions and to check SAM.gov prior to submission of their proposal. All questions shall be submitted to Sandra Harvey, at sandra.harvey.2@us.af.mil, Jonathan Riggins, at jonathan.riggins.2@us.af.mil, and LaToya Williams, at latoya.williams.13@us.af.mil. NO PHONE CALL QUESTIONS WILL BE ACCEPTED. � Posted: ATSA-I Newsletter-12SEP2024 __________________________________________________________________ 19AUG2024: NOTICE: RFP release date is expected to be the week of September 17th. This SAM posting includes the attendee list from the ATSA-I Pre-Soliciation conference held on 11JUL2024 and an updated ATSA-I Newletter-19AUG2024.� Posted:� ATSA-I Newsletter-19AUG2024 ATSA-I Pre-Soliciation Attendee List-11JUL2024 __________________________________________________ 06AUG2024: This update is to post responses to questions received on the posted 01AUG24 Draft RFP and an updated ATSA-I newsletter dated 06AUG2024.� Posted: ATSA-I Newsletter-06AUG2024 ATSA-I DRFP Questions-Responses-05AUG24 _____________________________________________________________ 05AUG2024: This SAM update is to post the� ATSA-I Synopsis. This synopsis serves as a notice of intent that the Automatic Test Systems (ATS) Contracting Branch at the Warner Robins Air Logistics Complex (WR-ALC), Georgia. (AFLCMC/WNKB) anticipates issuing a Request for Proposal (RFP) on SAM.gov under Notice ID: FA8533-24-R-0002, for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts for the ATS Division. The Government reserves the right not to award any contracts and may do so without prior notice to offerors.� The ATS Acquisition-I (ATSA-I) acquisition will establish a solid awardee base comprised of large and small businesses and nonprofit institutions (including educational) for the rapid procurement of commercial and non-commercial products and services to sustain and support the full scope of the ATS Division�s portfolio. The ATSA-I will be a �mandatory use contract vehicle� for the ATS Division covering all life-cycle requirements. This contract will subsume existing contracts as they expire and satisfy any future contractual needs of the ATS Division.� The ATS Division portfolio supports and manages the end-to-end life cycle of ATS, encompassing complex-aircraft and armament-system-specific test systems in support of warfighter Operations and Maintenance (O&M) at operating locations worldwide. The ATSA-I contract vehicle will provide a streamlined acquisition approach for all ATS procurements of services and supplies to support users across a range of multiple services and organizations, including, but not limited, to the United States Air Force (USAF), USAF Reserve (USAF-R), Air National Guard (ANG), F-35 Joint Strike Fighter (JSF), Foreign Military Sales (FMS), and other Department of Defense (DoD) services. The supported aircraft platforms include, but are not limited to fighters, bombers, cargo/airlift/tankers, Unmanned Aerial Vehicles (UAVs), and helicopters.�� The duration of the contracts will be for ten (10) years. The contract will consist of eight (8) ordering periods, divided into two (2) phases. Each phase will be comprised of five (5) years. Each phase contains a 24-month base period, and three (3); 12-month ordering periods. The contracts will contain one (1) option (FAR 52.217-9), between phases I and II.� To ensure a solid ATSA-I awardee base, on-ramping opportunities may occur in Phase I Base Period 1, between years 2 and 3, at the exercise of option, and Phase II between years 7 and 8.�� This acquisition will be a Full and Open Competitive Acquisition with no small business set-asides.��� The ATSA-I RFP will be issued for competitive acquisition accomplished utilizing the hybrid Highest Technically Rated Offeror (HTRO) and Technical only source selection methodology conducted in accordance with Federal Acquisition Regulation (FAR) 15, Contracting by Negotiation, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), the Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS), and DoD Source Selection Procedures, 20 August 2022 to make award decision. The source selection will be conducted without tradeoffs. Technical and Small Business Participation will be evaluated on acceptable/unacceptable basis using the Technically Acceptable source selection procedures. Each Offeror�s technical proposal will be evaluated for technical acceptability based on the Offeror�s submitted self-score matrix and work samples substantiated by demonstrated experience documentation. Past Performance and Cost/Price will not be evaluated. Cost/Price will be evaluated at the order level.��� The release of the ATSA-I RFP will include the following RFP attachments as part of the RFP package:� � Section L-Instructions to Offerors (RFP Attachment 1)� Section M-Basis of Evaluation (RFP Attachment 2) � ATSA-I Self-Scoring Matrix (RFP Attachment 3)� ATSA-I Work Sample Cover Sheet (RFP Attachment 4)� Statement of Objectives (SOO) (RFP Attachment 5)� ATSA-I Vendor Guide (RFP Attachment 6)�� All offerors shall prepare their proposals in accordance with the mandatory, explicit, and detailed instructions contained in the ATSA-I RFP. The Procuring Contracting Officer (PCO) may deem submissions non-responsive is they fail to comply with Federal Acquisition Regulation (FAR) guidelines, FAR subparts, and instructions outlined herein.� It is anticipated that the ATSA-I RFP will be released at the end August 2024, It is anticipated that the RFP will be released on or around 20 August 2024 and anticipated award is in the JUL-AUG 2025 timeframe. The Government intends to award multiple contracts and one (1) task order valued at $1000.00 to attend one (1) virtual post-award conference as a result of the solicitation (FA8533-24-R-0002). The Government will not be liable for costs incurred by the offeror(s). Foreign companies will not be permitted to participate in this competition.� The information in this announcement is subject to change in the final solicitation document that will be published on SAM.gov. Offerors are encouraged to register to receive notification for solicitation and all amendment/revisions and to check SAM.gov prior to submission of their proposal. All questions shall be submitted to Sandra Harvey, at sandra.harvey.2@us.af.mil, Jonathan Riggins, at jonathan.riggins.2@us.af.mil, and LaToya Williams, at latoya.williams.13@us.af.mil. NO PHONE CALL QUESTIONS WILL BE ACCEPTED.��� Posted: ATSA-I Newsletter-05AUG2024 ____________________________________________________ 01AUG2024: The ATSA-I team is pleased to provide in this SAM posting a complete DRAFT RFP with all six (6) attachments, questions with responses from the Pre-Solicitation Conference and the 15JUL24 DRAFT RFP SAM posting. Additionally, an updated ATSA-I newsletter was also posted. In total there were ten (10) items posted.� ATSA-I Newsletter-01AUG2024 Pre-Solicition Conference questions with Government responses DRFP questions with Government responses DRAFT RFP FA8533-24-R-0002-01AUG24 �Attachments: � �DRAFT RFP Attachment 1- ATSA-I Section L-Instructions to Offerors-30JUL2024 � �DRAFT RFP Attachment 2 - ATSA-I Section M-Evaluation Basis for Award- 30JUL2024 � �RFP Attachment 3 - ATSA-I Self-Scoring Matrix-07MAY2024 � �RFP Attachment 4 - ATSA-I Work Sample Cover Sheet-24APR2024 � �RFP Attachment 5 - ATSA-I-Statement of Objectives 06MAY2024 � ��RFP Attachment 6 � DRAFT ATSA-I VENDOR GUIDE-01AUG2024 ______________________________________________________ 15JUL2024: This SAM Posting Update is to provide industry with the following: 1) Posted Updated Draft RFP, FA8533-24-R-0002, and draft attachments are hereby posted to SAM.gov. Projected goal date for posting of the ATSA-I Final RFP FA8533-24-R-0002, is expected to be around 20 August 2024. �2) Posted Updated Statement of Objectives (SOO), DRAFT SECTION L, DRAFT SECTION M, and DRAFT ATSA-I Self-Scoring Matrix. DRAFT ATSA-I Coversheet was not revised. Posted for continuity purposes. 3) Responses to the questions and comments from ATSA-I Pre-Solicitation Conference are forthcoming. 4) Posted ATSA-I Newsletter, dated 15Jul2024. ALL�DOCUMENTS posted under this SAM.gov Notice ID are considered DRAFTS and are for REVIEW PURPOSES ONLY. The Government is NOT requesting proposals at this time.� ATSA-I Posted: ATSA-I Newsletter-15JULY2024 DRAFT ATSA-I RFP FA8533-24-R-0002 DRAFT ATSA-I SECTION L-08JUL2024 DRAFT ATSA-I SECTION M-08JUL2024 ATSA-I-SOO-2024-05-06 DRAFT ATSA-I Work Sample Cover Sheet-2024-04-24 DRAFT ATSA-I Self-Scoring Matrix-2024-05-07 ____________________________________________________ 10JUL24: ATSA-I Pre-Soliciation Conference charts posted with a ATSA-I Newsletter,dated 10JUL2024.� 10JUL24: This SAM�notice posting is to inform industry that the ATSA-I Pre-Solicitation Charts are expected to be posted NLT 3:00PM EST.� The ATSA-I team apologizes for the delay.� 24JUN2024:�This SAM posting is providing a correction to the Pre-Soliciation Conference Notice posted on 18JUN2024.� The Pre-Solicaition Conference Notice day of the week should have been Thursday instead of Tuesday.� See attached Rev1 Pre-Soliciation Conference Notice posted. All other items remain unchanged.� ATSA-I Posted: ATSA-I Newsletter-24JUN2024 ATSA-I Pre-Solicitation Conference Notice Rev1-24JUN2024 ---------------------------------------------------------------------------------------------------------- 18JUN2024:This SAM Posting Update is to provide industry with the following: 1) Posted Government responses to Industry questions/comments related to the ATSA-I DRAFT RFP FA8533-24-R-0002. 2) Posted ATSA-I Pre-Solicitation Conference Notice. Conference to be held on Thursday, 11 July 2024; 12:00-3:30PM Eastern Standard Time. Registration is required. 3) Posted revised Statement of Objectives (SOO), DRAFT SECTION L, DRAFT SECTION M, and DRAFT ATSA-I Self-Scoring Matrix. DRAFT ATSA-I Coversheet was not revised. Posted for continuity purposes. 4) Projected goal date for posting of the ATSA-I Final RFP FA8533-24-R-0002, is expected to be around 20 August 2024. 5) Posted ATSA-I Newsletter, dated 18Jun2024. ALL�DOCUMENTS posted under this SAM.gov Notice ID are considered DRAFTS and are for REVIEW PURPOSES ONLY. The Government is NOT requesting proposals at this time.� ATSA-I Posted: ATSA-I Newsletter-18JUN2024 ATSA-I Pre-Solicitation Conference Notice-18JUN2024 ATSA-I Draft RFP FA853324R002 Industry Questions/Responses-13JUN2024 DRAFT ASTA-I SECTION L-3JUN2024 DRAFT ATSA-I SECTION M-3JUN2024 ATSA-I-SOO-2024-05-06 DRAFT ATSA-I Work Sample Cover Sheet-2024-04-24 DRAFT ATSA-I Self-Scoring Matrix-2024-05-07 ________________________________________________________ 01 MAY 2024: This SAM Posting is to provide industry with a reminder to submit all comments, recommendations, concerns, and/or questions related to ATSA-I program announcements, events, and draft documentation to the ATSA-I Contracting Team via email.� Below is the listed contracting team for submission. Additionally, an updated ATSA-I Newletter was posted dated 01May2024. PCO, Sandra E. Harvey at sandra.harvey.2@us.af.mil� Contract Specialist, Jonathan R. Riggins at jonathan.riggins.2@us.af.mil Contract Specialist, Latoya V. Williams at latoya.williams.13@us.af.mil� � � � � � � � � � � � � � � � � � � � � � � � � � � � � _____________________________________________________________ 24 APR 2024: The purpose of this update is to provide industry with: 1) New RFP location and information. All posting of data associated with the ATSA-I Program will now be found under the solicitation number RFP FA8533-24-R-0002. No further updates or information will be posted on the informational request, FA8533-22-A-TSAI. Please refer to the new RFP number for all acquisition information. All postings and Sources Sought information is also posted for convenience. 2) Draft RFP and several draft attachments are hereby posted to the new SAM.gov under the new solicitation number offered in #1 above, today, Wednesday, 24 April 24. Request review and all feedback be received NLT 4pm EST, Thursday, 2 May 24. Date for Final RFP release will be forthcoming in a future update of ATSA-I News. 3) The posted DRAFT RFP, FA8533-24-R-0002, includes the DRAFT Section L, DRAFT Section M, DRAFT ATSA-I Self-Scoring Matrix, DRAFT ATSA-I Work Sample Coversheet, and the Statement of Objectives (SOO). 4) A deviation request is currently pending to address FAR 19.702(a)(2) as it relates to the development of subcontracting plans. 5) notice of a change to the ATSA-I Program Manager. Ms. Terri Young has replaced Ms. Benita Hickey. Her contact information is as follows: email: terri.young.2@us.af.mil. The DRAFT RFP posted on SAM.gov with all the attachments is for REVIEW ONLY. The Government is NOT requesting proposals at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/04101dcdde8544ec9686ad257a2f1abd/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07219734-F 20240922/240920230119 (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.