Search Contract Opportunities

Professional Technical Services - PBA   3

ID: W519TC-24-Q-4037 • Type: Synopsis Solicitation
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: March 18, 2024, 4:28 p.m. EDT

AMENDMENT 0002:

The purpose of Amendment 0002 to the Combined Synopsis-Solicitation is to provide an answer to the following industry question.

Question: In response to the Q&A posted, would the Government please clarify the wage determination occupation codes for the Technical Writer and Draftsman?

Answer: The applicable labor codes are:

The applicable labor codes are,

Technical Writer II 30462

Technical Writer III 30463

Drafter/CAD Operator 30062

AMENDMENT 0001:

The purpose of Amendment 0001 to Combined Synopsis-Solicitation is to provide answers to industry questions. This amendment also implements Wage Determination WD 2015-5121. See Enclosure 0009 WD 2015-5121.

Question: Is there an incumbent or historical contractor who has provided these services? If so, what is/was the incumbent contractor company name, contract number, period of performance, and total contract value?

Answer: The current contract is W52P1J-19-C-3004. The incumbent is Chenega IT Enterprise Services, LLC. The period of performance for this contract was a base year, with three one-year option periods and a six-month extension. The total contract value is $940,379.96.

Question: Are there incumbent staff to be transitioned to new contractor?

Answer: Yes

Question: What is the historic number of full-time employees on this work?

Answer: Three, Two Technical Writers and a Draftsman

Question: Will the government please dictate the number of personnel / hours required to perform the scope of work to ensure a level playing field between offerors?

Answer: On the current contract, the total direct labor hours is 5,946. 3,964 for the Technical Writers, 1,982 for the Draftsman. However, the Government will not dictate personnel and hours.

Question: What is the contract ceiling?

Answer: This is a firm-fixed price contract. The price will be determined fair and reasonable based upon competition. A ceiling price has not been established.

Question: If the government will not dictate the number of personnel / hours that each Offeror is required to bid, will the government please adjust the evaluation criteria to best value?

Answer: The number of labor hours, and full-time employees on the current contract has been provided. The technical evaluation criteria has been established. The Government does not intend to adjust to a best value evaluation criteria.

Question: SATOC?

Answer: As stated in the combined solicitation synopsis, The Government intends to award one contract, to the lowest priced, technically acceptable, responsible quoter. The instructions and evaluation criteria are contained within the combined synopsis-solicitation.

Question: Any consideration to an extension?

Answer: Currently the Government is not considering an extension.

Question: Do contractor employees need to complete either a SF85 (Public Trust) or SF86 (Secret clearance) for these positions?

Answer: Contractor employees will be required to complete the SF85 (Public Trust).

Question: What occupation codes is the government using for the 3 positions mentioned? Do any of them fall within SCLS?

Answer: The occupation code for Technical Writers would be: 27-3042. The code for Draftsman is 17-3010.

Answer: SCLS, WD 2015-5121 does apply and will be uploaded as Enclosure 0009 WD-2015-5121

Question: Para 3.3: Will the contractor be able to bring the gov't-issued laptop home for telework purposes?

Answer: Yes. The contractors are expected to use the gov't-issued laptop at home. Personally owned computers are not allowed access to Government network.

Question: Para 4.3: Will the contractor be given a list of all required PPE with time to procure?

Answer: The contractor will be given a list of all required PPE at time of award.

Question: What is the method and frequency for invoicing?

Answer: Monthly invoicing via Wide Area Workflow.

Question: Regarding the technical specifications outlined in the solicitation, are there any specific performance standards or benchmarks beyond the PWS that we should be aware of?

Answer: There are no specific performance standards or benchmarks beyond those in the PWS

Question: Will the Government be making the award for this requirement in March FY24?

Answer: Every attempt will be made to make award for this requirement in March FY24. However, there is a strong probability that it will be made in April FY24.

Question 4: What is the name of the drawing database and plant databooks provided by the Government?

Answer: The drawing and the plant databooks database was designed in-house. It does not have a name. The database was developed in Access and is being migrated to a local SharePoint site.

Question: Will the Government provide AutoCAD and SolidWorks software?

Answer: Yes. The Government will be providing all required software.

*****SEE ATTACHMENT COMBINED SYNOPSIS SOLICITATION W519TC-24-Q-4037 FOR COMPLETE SOLICITATION******

1. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

2. The U.S. Army Contracting Command Rock Island (ACC-RI) hereby requests a quote for Professional Technical Services in support of Pine Bluff Arsenal (PBA), in accordance with the Performance Work Statement (PWS) below.

3. Solicitation W519TC-24-Q-4037 is issued as a Request for Quote (RFQ), 100% set aside for Small Business concerns in the 8(a) Program, in accordance with (IAW) FAR 19.805-1 and terms and conditions listed below under the heading Contract Terms and Provisions . This combined synopsis/solicitation is being released IAW FAR Part 12 and FAR Subpart 13.5.

The Government Anticipates awarding a firm-fixed price contract with a one-year base period and three one-year option periods, as follows:

Period of Performance:

Base Period: 01 April 2024 30 March2025

Option Period 01: 01 April 2025 30 March2026

Option Period 02: 01 April 2026 30 March2027

Option Period 03: 01 April 2027 30 March2028

4. The following NAICS code and small business size standard apply: NAICS: 541330 Size Standard: $25,500,000.00.

5. Vendor shall use Enclosure 0001: W519TC-24-Q-4037 PRICE MATRIX to submit its price quote.

6. Contract will be awarded IAW the addendum to FAR 52.212-2 to the Lowest Price Technically Acceptable, responsive, and responsible contractor whose price is determined to be fair and reasonable.

7. FAR 52.212-1 Instructions to Offerors-Commercial Items, and/or any addenda to this provision, are applicable to this acquisition.

8. FAR 52.212-2 Evaluation Commercial Items, and/or any addenda to this provision, are applicable to this acquisition.

9. Quoters shall submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer.

10. FAR 52.212-4 Contract Terms and Conditions Commercial Items, and any addenda to this clause, are applicable to this acquisition.

11. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any of the FAR Clauses marked, in the full text FAR 52.212-5 included below, are applicable to this acquisition

12. This acquisition is not rated in the Defense Priorities and Allocations System.

13. Please submit all questions by 1:00pm, Central time on 12 March 2024. The U.S. GOVERNMENTU.S. GOVERNMENT is not obligated to answer questions submitted after this time. All reasonable questions submitted by the date listed above will be answered via amendment to the solicitation.

14. The Place of Performance is Pine Bluff Arsenal, Pine Bluff Arkansas 71602.

15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, published 23 February 2024.

16. Quotes shall be submitted electrically via email by 1:00 pm, Central Time on 19 March 2024 via email. The points of contact for this action. Please include both contacts in all correspondence.

Contract Specialist: Larry Owens, larry.w.owens4.civ@army.mil

Contracting Officer: John Fotos, john.g.fotos.civ@army.mil

Sincerely,

John Fotos,

Contracting Officer

Encl:

Enclosure 0001 W519TC-24-Q-4037 PRICE MATRIX

Enclosure 0002 Contract Data Requirements List (CDRL) AT Level 1 Training

Enclosure 0003 CDRL iWatch Training

Enclosure 0004 CDRL OPSEC Standing Operating Procedure (SOP)

Enclosure 0005 CDRL Daily Personnel Status Report

Enclosure 0006 CDRL Monthly Metric Report

Enclosure 0007 CDRL Monthly SOP Renewal Report

Enclosure 0008 Government Furnished Property List

Posted: March 13, 2024, 9:52 a.m. EDT
Posted: March 5, 2024, 9:14 a.m. EST
Background
The U.S. Army Contracting Command – Rock Island (ACC-RI) is requesting quotes for Professional Technical Services in support of Pine Bluff Arsenal (PBA). The solicitation, W519TC-24-Q-4037, is issued as a Request for Quote (RFQ) and is 100% set aside for Small Business concerns in the 8(a) Program. The contract will be awarded as a firm-fixed price contract with a one-year base period and three one-year option periods.

Work Details
The services required include Professional Technical Services at Pine Bluff Arsenal, as well as various Contract Data Requirements Lists (CDRL) such as AT Level 1 Training, iwatch Training, OPSEC Standing Operating Procedure, Daily Personnel Status Report, Monthly Metric Report, and Monthly SOP Renewal Report.

Overview

Response Deadline
March 19, 2024, 2:00 p.m. EDT Past Due
Posted
March 5, 2024, 9:14 a.m. EST (updated: March 18, 2024, 4:28 p.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
White Hall, AR 71602 United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
83% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 3/5/24 ACC Rock Island issued Synopsis Solicitation W519TC-24-Q-4037 for Professional Technical Services - PBA due 3/19/24. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC R425.
Primary Contact
Name
Larry Owens   Profile
Phone
None

Secondary Contact

Name
John Fotos   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W519TC-24-Q-4037

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W519TC-24-Q-4037

Award Notifications

Agency published notification of awards for Synopsis Solicitation W519TC-24-Q-4037

Contract Awards

Prime contracts awarded through Synopsis Solicitation W519TC-24-Q-4037

Protests

GAO protests filed for Synopsis Solicitation W519TC-24-Q-4037

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W519TC-24-Q-4037

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W519TC-24-Q-4037

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W519TC-24-Q-4037

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI
FPDS Organization Code
2100-W519TC
Source Organization Code
500181913
Last Updated
April 3, 2024
Last Updated By
larry.w.owens4.civ@army.mil
Archive Date
April 3, 2024