Search Contract Opportunities

AFGSC Electronic Technical Order Client Device and Technical Library Sustainment

ID: FA680025R0002 • Type: Synopsis Solicitation

Description

Posted: March 6, 2025, 2:59 p.m. EST

AMENDMENT 05 CLAIRTY OF DUE DATE OF PROPOSALS AND PPQ

The solicitation has been amended to reflect the written solicitation attached of the proposal due date of 7 March 2025 at 1400 CENTRAL STANDARD TIME.
The due date for PPQ shall be the same day, however they shall be recived no later than 2359 central standard time on 7 March 2025, as our review process does not require them initially.

AMENDMENT 04 CLARITY OF NITACC FEE

In your submissions, if you do not have an existing contract vehicle that this contract could fall under, please set the NITACC Fee as $0. If you do have a contract vehicle (D contract) that this work could be a task order from, we request you submit the fee amount with your proposal.

NOTE: THIS FEE WILL NOT BE INCLUDED IN CALCULATING THE TOTAL EVALUATED PRICE FOR EACH OFFERER.

AMENDMENT 03 FOR PPQ UPDATE:

The PPQ has been reuploaded with the correct POC.

AMENDMENT 02 FOR PROPOSAL EXTENSION REQUEST:

Due to the delay on answer submitted questions but also concerns for a timely award, the proposal due date has been extended to Friday, 7 March, at 1400 central time.

AMENDMENT 01 FOR QUESTIONS RECIEVED 14 FEB:

Q1: On Page 8, Section 4.1, the RFP states that Functional System Administrator (FSA) must have 4.1.1. CompTIA Security+ certification. Q: Would CompTIA CYSA+ certification be acceptable in place of Comp TIA Security + certification?

A1: No, that certification isn't acceptable for the AFNET

Q2: (Combined Solicitation, Page 5) - What is expected to be submitted as part of the Technical Acceptability Subfactor 1 - eTools Service Technician (FSA)? Does the Government expect resumes to be submitted to demonstrate capability? If so, how many resumes are required?

A2: Resumes aren't expected please provide a plan for hiring qualified employees.

Q3: (Combined Solicitation, Page 5) - Technical Acceptability Subfactor 3 - CME Resume Certification. Are vendors only required to submit a signed Attachment 2 from the contractor staff in response to this subfactor as the requirements noted on Page 5 appear to be duplicated with the requirements of Subfactor 4 CME Management Plan/Phase In and Out?

A3: Yes, this provides proof there are interested qualified applicants.

Q4: (PWS Section 8) Can the Government provide timeline for the phase-in and phase-out period?

A4: Due to the short timeline, the government will try for 2 weeks of overlap, however the contractor will not be peanolized if it is shorter.

Q5: (Combined Solicitation, Page 12) List of Attachments. Attachment 5: Past Performance Questionnaire is provided as part of the attachments for this solicitation, but no instructions are provided in C.2 or within the Basis of Contract Award, Page 7 of the RFQ. If PPQ's are required, can the Government provide detailed instructions and the associated evaluation criteria?

A5: PPQ's will be evaluated for any non-compliance with the PWS they are associated with. If there is any, has the company corrected the issue in a timely manner or are they in the process of correctingly. Secondly, it will be considered as to who (government or contracctor) identified the discrepency. Any descrepency will negate any potential above satisfactory ratings as mentioned by the questionaire filer.

Q6: (Combined Solicitation, Page 3, C.2) PART II PAST PERFORMANCE INFORMATION Will the Government allow CPARS in lieu of PPQs?

A6: PPQ's reflect current work that hasn't been captured on completed CPARs. This information is necessary for the contracting officer to make an informed decision for award.

Q7: May we use CPARS instead of the Past Performance Questionnaire?

A7: Refer to A6.

This solicitation is a follow on to the current contract FA680020F0007 with Syneren Technologies Corporation that is set to expire on 27 March 2025. A sources sought was posted on sam.gov with the response date of 2 December, 2024 (FA680025R1001). Questions were submitted in response to the sources sought and their answers are attached to this solicitation. This total small business set aside solicitation, allows for further questions, by adding questions to the bottom of the attached sources sought Q and A Email questions by the specific deadline of the combined solicitation to natalie.norlock@us.af.mil. If submission of proposals can be accomplished through this system, please utilize it. DoD File Share, as specified in the combined synopsis, is a back up plan if emails would be too large and this system is not allowing submissions.
The work will require personnel at the follow locations:1. Barksdale AFB, 2. Minot AFB (to include their missile wing), 3. Whiteman AFB, 4. Dyes AFB, 5. Ellsworth AFB, 6. F.E. Warren AFB, 7. Malmstrom AFB, and 8. Vandenberg AFB

Posted: March 3, 2025, 2:21 p.m. EST
Posted: March 3, 2025, 10:55 a.m. EST
Posted: March 3, 2025, 8:49 a.m. EST
Posted: Feb. 4, 2025, 4:45 p.m. EST
Background
This solicitation is a follow-on to the current contract FA680020F0007 with Syneren Technologies Corporation, which is set to expire on 27 March 2025. The agency aims to sustain the AFGSC Electronic Technical Order Client Device and Technical Library. A sources sought was posted with a response date of 2 December 2024, allowing for further questions from potential offerors.

Work Details
The contractor will be required to perform the following tasks:
1. Familiarity with the Air Force Technical Order Library system procedures as listed in TO 00-5-1/00-5-1 AFGSCSUP.

2. Ensure that at least the Contract Liaison, Lead TODO, and alternate TODO maintain a SECRET security clearance at each site to meet work center requirements, including access to CLASSIFIED documents during duty hours and emergencies.

3. Develop, produce, and provide a CME Management Plan that outlines management approaches, methods, and policies for sourcing, training, retaining, managing, and replacing personnel in compliance with Attachment 1 PWS 6.0. This plan must include Phase IN and Phase Out strategies and ensure personnel vacancies are filled within 30 days.

4. Conduct price evaluations based on proposed unit prices for each Contract Line Item Number (CLIN) and document the reasonableness and completeness of proposed total evaluated prices. Price realism will be assessed if necessary.

5. Provide evidence of an active (final adjudicated) SECRET Facility Clearance from the Defense Security Service at the time of proposal submission; failure to do so will render the proposal unacceptable.

6. Past performance evaluations will assess Offerors' ability to supply qualified personnel based on their demonstrated record of performance.

Place of Performance
The work will be performed at multiple locations including Barksdale AFB, Minot AFB (including their missile wing), Whiteman AFB, Dyes AFB, Ellsworth AFB, F.E. Warren AFB, Malmstrom AFB, and Vandenberg AFB.

Overview

Response Deadline
March 7, 2025, 3:00 p.m. EST (original: March 6, 2025, 2:00 p.m. EST) Past Due
Posted
Feb. 4, 2025, 4:45 p.m. EST (updated: March 6, 2025, 2:59 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Barksdale AFB, LA 71110 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
52% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 2/4/25 Global Strike Command issued Synopsis Solicitation FA680025R0002 for AFGSC Electronic Technical Order Client Device and Technical Library Sustainment due 3/7/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541519 (SBA Size Standard $34 Million) and PSC DC01.
Primary Contact
Name
Capt Natalie Norlock   Profile
Phone
(937) 443-1575

Secondary Contact

Name
Kate Bukowski   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation FA680025R0002

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA680025R0002

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA680025R0002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA680025R0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFGSC > FA6800 AFICA 767 SCONF
FPDS Organization Code
5700-FA6800
Source Organization Code
500041689
Last Updated
March 23, 2025
Last Updated By
natalie.norlock@us.af.mil
Archive Date
March 22, 2025