Search Contract Opportunities

Defense Property Accountability System (DPAS) and Information System Security Manager (ISSM) and Technical Support

ID: FA851724R0001 • Type: Presolicitation • Match:  95%
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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This acquisition is to obtain a Services Contract utilizing a GSA OASIS Competitive Small Business Set-Aside, IDIQ, Firm Fixed Price (FFP) Contract for the purpose of providing program management, administrative support, technical support and training support in various aspects of the Defense Property Accountability System (DPAS) as well as Information System Security Manager (ISSM) and technical support for the DAF Automated Vehicle Integrated Data-Exchange (AVID) and Commercial Internet Service Provider (CISP) programs. These Services will provide support for the 441st VSCOS (Vehicle Support Chain Operations Squadron). The period of performance shall consist of a basic one-year period after contract award plus 4 Option periods. The Period of Performance will be from September 2024 September 2029. The location of Performance will be at Joint Base Langley-Eustis, 445 Weyland Road, Langley AFB, VA 23665.

Basic Period FY 24 FY 29 (4 Option Periods)

CLIN: X001 - Project Management and Admin Support

CLIN: X002 - Technical Support

CLIN: X003 - Information System Security Manager Support

CLIN: X004 - Training Support

CLIN: X005 - Travel CLIN:X006 - GSA FEE

Data CLINs

A001, B001, C001, D001, E001 - Status Report - Quarterly Report

A002, B002, C002, D002, E002 - Integrated Program Management Data and Analysis Report (IPMDAR) - Integrated Master Schedule

A003, B003, C003, D003, E003 - Meeting Minutes

A004, B004, C004, D004, E004 - Status Report- Monthly Status Report

A005, B005, C005, D005, E005 - Information Assurance (IA) Test Report - Test Reports

A006, B006, C006, D006, E006 - Trip/Travel Report

A007 - Syllabus

A008 - Environmental, Safety, and Occupational Health (ESOH) Plan

A009 - Contractor's Standard Operating Procedures Company Safety Plan A010, B010, C010, D010, E010 - Accident Incident Report

A011 - Quality Management System (QMS)

The Government intends to Solicit this competitively to multiple small business vendors capable of fulfilling the Government's requirement. Based on this, the Government anticipates using the GSA Oasis contract vehicle. It will be competed under the GSA vendor SB Pool 1 under the GSA Oasis contract vehicle. There will be no paper copies of this requirement mailed out. The primary POC for this effort is: Blake McWilliams, PH: 478-221-4211, Email: Blake.McWilliams.1@us.af.mil

The Solicitation and Attachments will be posted here no earlier than 17 June 2024. Any questions or inquiries are to be directed to the primary POC.

Overview

Response Deadline
June 17, 2024, 4:00 p.m. EDT Past Due
Posted
May 31, 2024, 9:05 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Langley AFB, VA 23665 United States
Source

Current SBA Size Standard
$24.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Odds of Award
62%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
73% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 5/31/24 Air Force Sustainment Center issued Presolicitation FA851724R0001 for Defense Property Accountability System (DPAS) and Information System Security Manager (ISSM) and Technical Support due 6/17/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541611 (SBA Size Standard $24.5 Million) and PSC R499.
Primary Contact
Name
Blake McWilliams   Profile
Phone
(478) 221-4211

Documents

Posted documents for Presolicitation FA851724R0001

Question & Answer

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

Contract Awards

Prime contracts awarded through Presolicitation FA851724R0001

Incumbent or Similar Awards

Contracts Similar to Presolicitation FA851724R0001

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA851724R0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA851724R0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8517 AFSC PZAAC
FPDS Organization Code
5700-FA8517
Source Organization Code
500039862
Last Updated
July 2, 2024
Last Updated By
blake.mcwilliams.1@us.af.mil
Archive Date
July 2, 2024