Search Contract Opportunities

Rapid Technology Augmentation Support (RTAS)   3

ID: 47QFSA24R0006 • Type: Solicitation • 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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 25, 2024, 5:07 p.m. EDT

3-25-2024 - Amendment 0001

The RFP and Attachment A documents have been updated and replaced with documents dated 03-25-2024. RFP changes are identified in an "AMENDMENT 0001 INFORMATION" paragraph added to the end of Section A, and the changes are in red text (tracked changes).

There is no change to the due date and time for Phase I proposals.

3-19-2024 RFP Description Text

This is a Request for Proposal (RFP) for commercial services prepared in accordance with the format in FAR 15.204-1, as supplemented with additional information included in this notice. The resulting contract will be a Single Award Indefinite-Delivery Indefinite-Quantity (IDIQ).

This acquisition utilizes a two-phased approach. Offerors will have 16 days for Phase I responses, and offerors who choose to continue to Phase II will have 14 days for Phase II responses. The timelines within the RFP are intentionally minimal to represent similar timelines to those the awardee will experience for actual task order awards.

The place of performance shall be the contractor's location which must be located within 50 miles of 2241 Avionics Cir, Wright Patterson Air Force Base (WPAFB), Dayton, OH 45433. Classification requirements are included in the Place of Performance paragraph. The contractor shall maintain a Facility Clearance (FCL) in accordance with the stated requirements and shall maintain full accreditation throughout contract and task order performance. It is anticipated a minimal amount of the work may be performed at WPAFB or other sites as negotiated at the task order level.

The United States Air Force Research Laboratory (AFRL), Rapid Technology Integration Office (RTIO), WPAFB, Dayton, OH has a requirement to procure Rapid Technology Augmentation Support (RTAS) to support the AFRL Spectrum Warfare Division, AFRL/RYW. This requirement is being solicited, awarded, and managed by the General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services (AAS).

The GSA APEX 2 Sector 1 is seeking an experienced, qualified, and capable contractor source to satisfy the RTIO's RTAS requirements. The anticipated period of performance of the resulting IDIQ (if issued) will consist of a one-year basic and four one-year option periods, in addition to a six-month Extension of Services (EOS) period in accordance with FAR 52.217-8, Option to Extend Services. The Government estimates a Rough Order of Magnitude (ROM) for the total requirement to be between $40M and $71M with total base year task orders estimated at ~$11M and Option Years 1 (OY1) 4 estimated at ~$12M ~$14M each.

The North American Classification System (NAICS) code for this requirement (based upon the predominance of the work) is 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The Product and Service Code (PSC) is AC33 - National Defense R&D Services; Defense-Related Activities; Experimental Development. The size standard for this NAICS is 1,000 employees.

The RTAS effort will support the warfighter through the integration of various commercial off the shelf (COTS) components and government off the shelf (GOTS) components utilizing superior systems engineering principles to deliver unique capabilities that are both functional and secure. This technology integration includes the entire cycle, from assessment through production and sustainment.

The customers of AFRL/RYW are composed of a wide spectrum of users that include Senior Leadership in the United States Government (USG), Combatant Commands, Intelligence Agencies, and other Department of Defense (DoD) entities. Deployment solution environments may include in-garrison, mobile use, traveling, austere locations, and wartime conditions. These environments may be permissive or denied depending on the specific application and use case.

The projected Period of Performance (PoP) for this effort would be a base year with 4 option years, and an optional extension of services period of 6 months. If awarded within the projected timeline, the PoP (including all option periods) would span from July 2024 to December 2029. The contractor may be required to work non-standard hours, weekends, and/or holidays to meet development timelines, customer test schedules, and customer deployment timelines as dependent upon the needs of the government as described in individual task orders.

The IDIQ award will include Firm Fixed-Price (FFP) Contract Line-Item Numbers (CLINs) and Cost Reimbursable-No Fee (CRNF) CLINs for Supplies and Travel. Task Orders (TO's) issued under this IDIQ may focus on technology integration at any phase or all phases of the lifecycle as defined in the specific requirement. Task Orders (TOs) issued under this IDIQ may focus on technology integration at any phase or all phases of the lifecycle as defined in the specific requirement. There is a current need for RTAS services which will be addressed on Task Order 01 (TO1), to be awarded along with the IDIQ.

Posted: March 19, 2024, 9:28 a.m. EDT
Background
This is a Request for Proposal (RFP) for commercial services prepared in accordance with the format in 15.204-1, as supplemented with additional information included in this notice. The resulting contract will be a Single Award Indefinite-Delivery Indefinite-Quantity (IDIQ). The United States Air Force Research Laboratory (AFRL), Rapid Technology Integration Office (RTIO), WPAFB, Dayton, OH has a requirement to procure Rapid Technology Augmentation Support (RTAS) to support the AFRL Spectrum Warfare Division, AFRL/RYW. This requirement is being solicited, awarded, and managed by the General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services (AAS). The GSA APEX 2 Sector 1 is seeking an experienced, qualified, and capable contractor source to satisfy the RTIO’s RTAS requirements.

Work Details
The RTAS effort will support the warfighter through the integration of various commercial off the shelf (COTS) components and government off the shelf (GOTS) components utilizing superior systems engineering principles to deliver unique capabilities that are both functional and secure. This technology integration includes the entire cycle, from assessment through production and sustainment. The customers of AFRL/RYW are composed of a wide spectrum of users that include Senior Leadership in the United States Government (USG), Combatant Commands, Intelligence Agencies, and other Department of Defense (DoD) entities.
Deployment solution environments may include in-garrison, mobile use, traveling, austere locations, and wartime conditions.

Period of Performance
The anticipated period of performance of the resulting IDIQ will consist of a one-year basic and four one-year option periods, in addition to a six-month Extension of Services (EOS) period in accordance with 52.217-8, Option to Extend Services. The Government estimates a Rough Order of Magnitude (ROM) for the total requirement to be between $40M and $71M with total base year task orders estimated at ~$11M and Option Years 1 (OY1) – 4 estimated at ~$12M – ~$14M each. If awarded within the projected timeline, the PoP (including all option periods) would span from July 2024 to December 2029.

Place of Performance
The place of performance shall be the contractor’s location which must be located within 50 miles of 2241 Avionics Cir, Wright Patterson Air Force Base (WPAFB), Dayton, OH 45433.

Overview

Response Deadline
April 4, 2024, 2:00 p.m. EDT Past Due
Posted
March 19, 2024, 9:28 a.m. EDT (updated: March 25, 2024, 5:07 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Wright Patterson AFB, OH United States
Source

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
96% of obligations for similar contracts within the Federal Acquisition Service were awarded full & open.
On 3/19/24 Assisted Acquisition Services Region 4: Southeast issued Solicitation 47QFSA24R0006 for Rapid Technology Augmentation Support (RTAS) due 4/4/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541715 (SBA Size Standard 1000 Employees) and PSC AC33.
Primary Contact
Name
Randi Williams   Profile
Phone
(404) 861-1364

Secondary Contact

Name
Rusty Singleton   Profile
Phone
(478) 383-9031

Documents

Posted documents for Solicitation 47QFSA24R0006

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation 47QFSA24R0006

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 47QFSA24R0006

Incumbent or Similar Awards

Contracts Similar to Solicitation 47QFSA24R0006

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47QFSA24R0006

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47QFSA24R0006

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > FEDERAL ACQUISITION SERVICE > GSA FAS AAS REGION 4
FPDS Organization Code
4732-DB000
Source Organization Code
100173650
Last Updated
April 19, 2024
Last Updated By
rusty.singleton@gsa.gov
Archive Date
April 19, 2024