Search Contract Opportunities

Antenna Program Services (APS) III   5

ID: FA810223R1000 • Type: Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Dec. 15, 2022, 3:09 p.m. EST

***This solicitation has been extended to 22 December at 1500 CST. Due to system difficulties an amended solicitation has not been posted but is forthcoming.***

***Amendment 0002 dated 15 December has been added to the attachments. The amendment posted on 14 December had the incorrect front page and old solicitation number stated. The date and format of the front page are the only changes made to this amendment.***

*New documents have been added to the attachments section for this solicitation*

1. Amended RFP - Date 14 Dec

2. A DBA and SCA document for each location: Andrews, Elmendorf, Guam, Hickam, Offutt, Puerto Rico Location 1, Puerto Rico Location 2, West Coast Location 1, West Coast Location 2

*A new document has been added to the attachments section for this solicitation*

1. Contractor Question and Government Response - Dated 13 December

***Three new and/or revised documents have been added to the attachments for this solicitation and are listed below.***

1. Contractor Questions and Goverment Responses

2. Revised Pricing Matrix

3. PPI Tool Download Instructions

PROVISIONS AND CLAUSE FILL-INS: Clauses and provisions from the Federal Acquisition Regulation (FAR) and supplements thereto are incorporated in this document by reference and in full text. Those incorporated by reference have the same force and effect as if they were given in full text. Clauses and provisions in this document will be numbered in sequence but will not necessarily appear in consecutive order. Offerors are reminded to review FAR 52.212 3(b)(1)/(2) and complete the applicable paragraphs based on the instructions of FAR 52.212 3(b)(1)/(2), if necessary. Offerors are also reminded to fill in provisions and clauses as required.

LINE ITEM STRUCTURE: The Government reserves the right to add Contract Line Item Numbers (CLINs) as required to support the APS III program. Informational SubLine Items Numbers (InfoCLIN) or Sub Contract Line Item Numbers (SubCLIN) may be established under CLINs.

NOTE 1: The Phase in CLIN will not be exercised in any of the option years. Each ordering period CLIN will begin with

the number as follows:

0 = Base Period Year I

1 = Base Period Year II

2 = Base Period Year III

3 = Base Period Year IV

4 = Option I

5 = Option II

6 = Option III

7 = 6 Month Extension (if utilized)

*Prices are NOT to be provided in Schedule B. CLIN structure is presented for descriptive purposes only. Include prices for all CLINs on CLIN Pricing Matrix, Attachment 4.

ORDERING PERIOD DATES: The ordering period under this contract shall be from initial contract award

(estimated 23 June 2023) through each base period and exercised option period for a Maximum contract length of 7 years. The minimum required performance for this contract is the Phase In of 60 days and one year of program management which will be awarded after the Phase-In period. The total ordering period of this contract is subject to the availability of funds.

An example of the performance period schedule is shown below (assuming award is effective 23 June 2023). The schedule aligns to Attachment 3, Evaluation Factors for Award and Attachment 4, Pricing Matrix.

DATES

Base Period 1 -- 20 Sep 23 19 Sep 24

Base Period 2 -- 20 Sep 24 19 Sep 25

Base Period 3 -- 20 Sep 25 19 Sep 26

Base Period 4 -- 20 Sep 26 19 Sep 27

Option I -- 20 Sep 27 19 Sep 28

Option II -- 20 Sep 28 19 Sep 29

Option III -- 20 Sep 29 19 Sep 30

6 Month Extension (if utilized) -- 20 Sep 30 20 Mar 31

NOTE 1: The CLINs established under this contract will have a separate period of performance schedule identified in accordance with DFARS 204.7103 1(a)(3); 204.7104 1(b)(2) at the time of contract award.

NOTE 2: In the event an award is delayed beyond the specified commencement date, the Government may begin the period of performance for the 60 day Phase-In period and the Base Period Year I to a later date; therefore, all of the following period of performance dates would also be similarly adjusted.

CONTRACT APPEARANCE: The resulting contract may be awarded using a different contract writing system which may result in a different format or appearance.

MINIMUM/MAXIMUM: This acquisition is for an Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract IAW FAR 16.504. The total scope of work for which orders may be issued is set forth in the attached Performance Work Statement. All requirements will be acquired by issuance of Task Orders (TO).

Posted: Dec. 15, 2022, 11:58 a.m. EST
Posted: Dec. 14, 2022, 4:32 p.m. EST
Posted: Dec. 13, 2022, 3:15 p.m. EST
Posted: Dec. 7, 2022, 12:25 p.m. EST
Posted: Nov. 10, 2022, 10:00 a.m. EST

Overview

Response Deadline
Dec. 22, 2022, 4:00 p.m. EST (original: Dec. 15, 2022, 4:00 p.m. EST) Past Due
Posted
Nov. 10, 2022, 10:00 a.m. EST (updated: Dec. 15, 2022, 3:09 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee; Fixed Price;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
82% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 11/10/22 AFLCMC Tinker AFB issued Solicitation FA810223R1000 for Antenna Program Services (APS) III due 12/22/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC R425.
Primary Contact
Name
Jocelyn Johnson   Profile
Phone
(405) 626-1509

Secondary Contact

Name
Juan C. Escobar   Profile
Phone
(405) 622-7264

Documents

Posted documents for Solicitation FA810223R1000

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation FA810223R1000

Award Notifications

Agency published notification of awards for Solicitation FA810223R1000

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA810223R1000

Contract Awards

Prime contracts awarded through Solicitation FA810223R1000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA810223R1000

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA810223R1000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > BATTLE MANAGEMENT > FA8102 AFLCMC HBK
FPDS Organization Code
5700-FA8102
Source Organization Code
100258409
Last Updated
Jan. 6, 2023
Last Updated By
jocelyn.johnson.2@us.af.mil
Archive Date
Jan. 6, 2023