Search Contract Opportunities

AFLCMC Unique IT Support

ID: FA8604-18-R-1001 • Type: Synopsis Solicitation

Description

Posted: March 14, 2018, 7:26 a.m. EDT

This is a Request for Proposals (RFP) for the Air Force Lifecycle Management Center (AFLCMC) Unique Information Technology Support effort. The Performance Work Statements (PWSs), Contract Data Requirements Lists (CDRLs), Model Contracts, and any other associated documents are attached to this announcement. Please read them carefully and in their entirety. The Government reserves the right to amend, alter, or otherwise modify any and all parts of these documents at any time.
Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse any offeror for any costs.

This effort will require a current Top Secret Facility Clearance and TS/SCI cleared personnel.

The Air Force anticipates one or more Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contracts to be awarded. The Air Force anticipates the ordering period for the IDIQ contracts to be five (5) years.

Note: foreign contractor participation at the prime level is not permitted.

This effort is a 100% certified 8(a) small business set aside. The Offeror is required to certify that they currently are a certified 8(a) small business under North American Industry Classification System (NAICS) code 541513, as of the date of their proposal submittal. Please refer to the 8(a) Eligibility requirements on the Small Business Administration's website.
Proposals shall be submitted to:

AFLCMC/PZIT
ATTN: Mr. Stephen Wharton (Unique IT Support)
2275 D Street
Building 16, Room 132
Wright Patterson AFB OH 45433-7443
Telephone: (937) 656-7443
Stephen.wharton@us.af.mil

The cutoff date for submitting questions to the Government regarding this effort is Thursday, 1 February at 12:00 Noon EST.

The Past Performance Volume must be received no later than 12:00 Noon EST, 5 March 2018. No facsimile responses will be accepted.

The remaining Volumes (Executive Summary, Technical, Price, and Contract Documentation) must be received no later than 12:00 Noon EST, 19 March 2018. No facsimile responses will be accepted.

The Government reserves the right to award without discussions.

General questions may be referred to Ms. Tiffani Akers, at Tiffani.Akers@us.af.mil, or the Contracting Officer, Mr. Stephen Wharton at Stephen.Wharton@us.af.mil.

See attached:
FA8604-18-R-1001 IDIQ RFP Contract Model
FA8604-18-R-1002 AFLCMC PK Unique IT Task Order Model
FA8604-18-R-1003 AFLCMC WI Unique IT Task Order Model
FA8604-18-R-1004 AFLCMC WL Unique IT Task Order Model
R1001 Atch 01 - AFLCMC Unique IT Support PWS
R1001 Atch 02 - IDIQ DD 254
R1001 Atch 03 - AFLCMC Unique IT Support Ordering Procedures
R1001 Atch 04 - Section L - Instructions, Conditions and Notices to Offerors
R1001 Atch 05 - Sect L Atch 1 - Cross Reference Matrix
R1001 Atch 06 - Sect L Atch 2 - PPI Tool Instructions
R1001 Atch 07 - Sect L Atch 3 - Past Performance Cover Letter and Questionnaire
R1001 Atch 08 - Sect L Atch 4 - Past Performance Consent Letter
R1001 Atch 09 - Sect L Atch 5 - Past Performance Client Authorization Letter
R1001 Atch 10 - Sect L Atch 6 - Labor Rate Matrix and Task Order Price Template
R1001 Atch 11 - Sect L Atch 7 - Labor Category Descriptions
R1001 Atch 12 - Section M - Evaluation Factors for Award
R1001 Atch 13 - Proposal Hand Receipt Acknowledgment Form
R1001 Atch 14 - Proposal Hand Receipt Checklist
R1001 Exhibit A - IDIQ CDRLs
R1002 Atch 01 - AFLCMC PK Unique IT Support PWS
R1002 Exhibit A - AFLCMC PK CDRLs
R1003 Atch 01 - AFLCMC WI Unique IT PWS
R1003 Atch 02 - AFLCMC WI DD 254
R1003 Exhibit A - AFLCMC WI CDRLs
R1004 Atch 01 - AFLCMC WL Unique IT PWS
R1004 Atch 02 - AFLCMC WL DD 254
R1004 Exhibit A - AFLCMC WL CDRLs
25 January 2018 Amendment:
1. R1001 Atch 06 - Sect L Atch 2 - PPI Tool Instructions is replaced by R1001 Atch 06 - Sect L Atch 2 - PPI Tool InstructionsR1
2. ppi tool.accdb is attached.

31 January 2018 Amendment:

1. All questions are due 1 February 2018 in accordance with FedBizOpps. Section L was modified to remove conflicting language. See IDIQ Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R1

2. IDIQ Atch 10 - Sect L Atch 6 - Labor Rate Matrix and Task Order Price Template is replaced by Sect L Atch 6 - Labor Rate Matrix and Task Order Price Template R1

3. IDIQ Atch 11 - Sect L Atch 7 - Labor Category Descriptions is replaced by IDIQ Atch 11 - Sect L Atch 7 - Labor Category Descriptions R1

12 February 2018 Amendment:

1. R1001 Atch 07 - Sect L Atch 3 - Past Performance Cover Letter and Questionnaire is replaced by R1001 Atch 07 - Sect L Atch 3 - Past Performance Cover Letter and QuestionnarieR1.

2. As a result of this change, the Past Performance Volume must be received no later than 12:00 Noon EST, 5 March 2018. No facsimile responses will be accepted.

16 February 2018 Amendment:

1. Due to unforeseen delays in providing answers to the questions received, the proposal due date has been changed from 12:00 Noon EST, 5 March 2018 to 12:00 Noon EST, 19 March 2018. No facsimile responses will be accepted.
21 February 2018 Amendment:
1. Questions with Answers are included in new attachment AFLCMC Unique IT Support Questions and Answers 21Feb2018. Resulting from the questions received, the following attachments are hereby revised:

2. FA8604-18-R-1001 IDIQ RFP Contract Model is replaced by FA8604-18-R-1001 IDIQ RFP Contract Model R1.

3. R1001 Atch 01 - AFLCMC Unique IT Support PWS 28Dec2017 is replaced by R1001 Atch 01 - AFLCMC Unique IT Support PWS 28Dec2017R1.

4. R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R1 is replaced by R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R2.

5. R1001 Atch 10 - Sect L Atch 6 - Labor Rate Matrix and Task Order Price Template R1 is replaced by R1001 Atch 10 - Sect L Atch 6 - Labor Rate Matrix and Task Order Price Template R2.

6. R1001 Atch 11 - Sect L Atch 7 - Labor Category Descriptions R1 is replaced by R1001 Atch 11 - Sect L Atch 7 - Labor Category Descriptions R2.

7. R1001 Atch 12 - Sect M - Evaluation Factors for Award is replaced by R1001 Atch 12 - Sect M - Evaluation Factors for AwardR1.

8. R1001 Atch 14 - Proposal Receipt Checklist 14Nov2017 is replaced by R1001 Atch 14 - Proposal Receipt Checklist 14Nov2017R1.

9. R1002 Atch 01 AFLCMC PK Unique IT Support PWS 28Dec17 is replaced by R1002 Atch 01 AFLCMC PK Unique IT Support PWS 28Dec17R1.

10. R1003 Atch 01 AFLCMC WI Unique IT PWS 28Dec17 is replaced by R1003 Atch 01 AFLCMC WI Unique IT PWS 28Dec17R1.

11. R1004 Atch 01 AFLCMC WL Unique IT PWS 28Dec17 is replaced by R1004 Atch 01 AFLCMC WL Unique IT PWS 28Dec17R1.
23 February 2018 Amendment:
1. The Past Performance must be received no later than 12:00 Noon EST, 5 March 2018. No facsimile responses will be accepted.

2. As a result of an administrative oversite, the Questions and Answers have been updated in new attachment entitled AFLCMC Unique IT Support Questions and Answers 23Feb2018R1.
26 February 2018 Amendment:

1. R1001 Atch 01 - AFLCMC Unique IT Support PWS 28Dec2017R1 is hereby replaced by R1001 Atch 01 - AFLCMC Unique IT Support PWS 28Dec2017R2 as the revision posted on 21 February 2018 had the AFLCMC/WL PWS mislabeled as the IDIQ PWS. This amendment corrects the discrepancy.
13 March 2018 Amendment:
1. As evidenced in the questions and answers posted in the draft request for proposal, Offerors are required to hold valid final Top Secret Facility Security Clearance (FCL) at time of proposal submittal. USAF will not be sponsoring the facilities clearance.

2. As a result of contradicting statements in this solicitation that were overlooked, Offerors need to provide documentation that the Offeror currently holds a valid final Top Secret Facility Security Clearance (FCL) at time of proposal submittal. This documentation shall be included as an attachment to Volume V.

3. To remove the contradicting statements, the following attachments are replaced:

a. R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R2 is replaced by R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R3

b. R1001 Atch 12 - Sect M - Evaluation Factors for Award 05Dec2017R1 is replaced by R1001 Atch 12 - Sect M - Evaluation Factors for Award 05Dec2017R2

14 March 2018 Amendment:
1. R1001 Atch 04 - Sect L - Instructions, Conditions, and Notices to Offerors 14Nov2017R3 is attached to this package again as the 13 March 2018 amendment did not properly upload and does not open.

Posted: March 13, 2018, 3:22 p.m. EDT
Posted: Feb. 26, 2018, 9:45 a.m. EST
Posted: Feb. 23, 2018, 10:05 a.m. EST
Posted: Feb. 21, 2018, 6:54 p.m. EST
Posted: Feb. 16, 2018, 2:03 p.m. EST
Posted: Feb. 12, 2018, 11:10 a.m. EST
Posted: Jan. 31, 2018, 12:49 p.m. EST
Posted: Jan. 26, 2018, 7:56 a.m. EST
Posted: Jan. 19, 2018, 12:56 p.m. EST

Overview

Response Deadline
March 19, 2018, 1:00 p.m. EDT (original: March 5, 2018, 12:00 p.m. EST) Past Due
Posted
Jan. 19, 2018, 12:56 p.m. EST (updated: March 14, 2018, 7:29 a.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
WPAFB, OH 45433 USA
Source
SAM

Current SBA Size Standard
$37 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
69% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 1/19/18 AFLCMC Wright Patterson AFB issued Synopsis Solicitation FA8604-18-R-1001 for AFLCMC Unique IT Support due 3/19/18. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541513 (SBA Size Standard $37 Million) and PSC 99.
Primary Contact
Name
Tiffani M Akers   Profile
Phone
(937) 656-7474

Documents

Posted documents for Synopsis Solicitation FA8604-18-R-1001

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation FA8604-18-R-1001

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA8604-18-R-1001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA8604-18-R-1001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA8604-18-R-1001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK)
Source Organization Code
a615548818cf0c404f714e0aca4deaae
Last Updated
Jan. 19, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 19, 2019