Search Contract Opportunities

Request for Proposal for Remote Visual Assessment (RVA) Contractor Logistic Support (CLS)   2

ID: FA8204-20-R-7001 • Type: 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: Aug. 13, 2020, 4:27 p.m. EDT

UPDATE 13 August 2020 AMENDMENT 0010

The implementation of Section889(a)(1)(B) is effective 13 August 2020 and prohibits the Government from contracting with any entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, on or after August 13, 2020 produced by these companies (or any subsidiary or affiliate of such entities):

-Huawei Technologies Company

-ZTE Corporation

-Hytera Communications Corporation

-Hangzhou Hikvision Digital Technology Company

-Dahua Technology Company

Contractors will be required to complete and provide a representation regarding the above prior to award of a new contract. The solicitation already included provision FAR 52.204-24 and FAR 52.204-25 but the following updates are incorporated. FAR 52.204-24 now requires contractors to submit an additional representation with each offer stating whether the offeror uses covered telecommunications equipment or services. FAR 52.204-25 prohibits executive agencies from entering into a contract (or extending or renewing a contract) with an entity that uses any covered telecommunications equipment or services as a substantial or essential component or critical technology.

________________________________________________________________

UPDATE 24 June 2020 AMENDMENT 0009

Section L and M are updated and attached (RVA_Section_L_v5 and RVA Section M_v2) as well as a redlined version (RVA_Section_L_v5 relined and RVA Section M v2 redlined). The PWS paragraphs removed from Section L and Section M will not be evaluated in any proposal and no proposal revision is necessary from the offerors. The offerors may reach out to Allison Ianniello allison.ianniello.1@us.af.mil and James Vaughan at James.Vaughan.6@us.af.mil with any questions or concerns. The changes to the documents are as follows:

Section L:

-Paragraph 4.2.3.1.1b removed PWS paragraph 3.9.7

-Paragraph 4.2.3.1.1c removed PWS paragraph 3.26.3

-Paragraph 4.2.3.1.1d removed PWS paragraph 3.7.5

Section M:

-Paragraph 2.4.1.1c removed PWS paragraph 3.26.1

-Paragraph 2.4.1.1d removed PWS paragraph 3.7.2

-Paragraph 2.4.1.1d removed PWS paragraph 3.7.8

-Paragraph 2.4.1.1d removed PWS paragraph 3.7.10

-Paragraph 2.4.1.3e is renumbered 2.4.1.3b

-Paragraph 2.4.1.3b is renumbered 2.4.1.3c

This amendment is active until Monday, 6 July 2020
________________________________________________________________

UPDATE 5 May 2020 AMENDMENT 0008

The purpose of this amendment is to provide the updated version of Section L (RVA_Section_L_v4 and RVA_Section_L_v4_redlined) which more clearly defines the requirement for electronic proposal submissions. As stated in Amendment 0005, electronic versions of proposals are being accepted and hard copy proposals are not.
________________________________________________________________

UPDATE 30 April 2020 AMENDMENT 0007

Section L is updated and attached (RVA_Section_L_v3) as well as a redlined version (RVA_Section_L_Redlined_v3). The changes reflected refer to 5.0 Volume III-Past Performance (Factor Three) in which the requirement to use the PPI Tool is removed. Offerors shall submit Past Performance information in an electronic copy in accordance with the instructions in the revised Section L.

________________________________________________________________

UPDATE 29 April 2020 AMENDMENT 0006

Proposal due date is extended from 5 May 2020 to 12 May 2020

________________________________________________________________

UPDATE 27 April 2020 AMENDMENT 0005

Due to Covid-19, the delivery format of proposals is updated and the change to Section L is attached (RVA_Section_L_Redlinedv2 and RVA_Section_L v2). Offerors will submit proposals electronically via email or the DoD SAFE Site if email is not working. Submit the electronic copies to the PCO and Buyer and do not deliver hard copies of proposals. The email addresses for PCO and Buyer are as follows:

Jaime Veglia, PCO jaime.veglia.1@us.af.mil

Allison Ianniello, Buyer allison.ianniello.1@us.af.mil

________________________________________________________________

UPDATE 9 April 2020

Please see the following questions and answers below:

1. Q: Is there a list of the current GFP inventory (to include assets that are in use as well as warehouse spares)? Can this inventory list be made available to offerors? Will this inventory be transferred to the incoming contractor during CLS transition phase in?

A: A GFP list is not available nor necessary for the purpose of proposing.

2. Q: Does the Government require the offeror to provide proof of compliance to the NIST 800-171 standards prior to contract award?

A. Proof is not required prior to the contract award, however it is a stipulation that once awarded the contractor comply. An offeror shall provide proof of Cybersecurity competency IAW Section L and M.

3. Q: How many sites have been upgraded to RVA2 and will the RVA2 project be completed by the time of CLS award?

A: No sites have been upgraded to RVA II yet. RVA II deployment is not anticipated until July of 2021.

4. Q: Page ii in the maintenance manual states that all rights to the manual are that of Sentry view This documentation is not available by any other means except by license, which is only available from Sentry View Systems, Inc Does the government own the data and designs rights to the system or do the contractors have to build a relationship and or purchase rights from Sentry View?

A: This statement is incorrect and we will be removed.

________________________________________________________________________

UPDATE 2 April 2020 Amendment 0004

THe solicitation is updated as follows:

The attached Access Database titled "ppi_tool" is to be used with the instructions referenced in Section L (page 21-30) in order to submit Past Performane information.

________________________________________________________________

UPDATE 1 April 2020 Amendment 0003

Due to COVID-19 and limited network resources, we're unable to provide updated documents at this time. The changes reflected in the amendments should be construed as changes to the actual requirements documents. As network resources allow, updated documents will be released prior to closing of the RFP.

1. The RFP is amended as follows:

a. Addition of Government Rights in Data (GRID)

b. Change CLINs 0005, 1005, 2005, 3005, and 4005 as follows:

From: To Be Negotiated (TBN)

To: Not Separately Priced (NSP)

c. PWS paragraph 3.1.2 is amended as follows:

From: The kick-off meeting is to discuss the type, value, complexity and history of the contract and includes a Program Management Plan IAW DI-MGMT-81797.

To: The kick-off meeting is to discuss the type, value, complexity and history of the contract. The contractor shall demonstrate how they plan to meet and execute this program.

2. The following questions and answers are provided for clarification:

a. Q. Where do we propose the cost associated with the CDRLs?

A. The costs associated with the CDRLs are not separately priced. The costs associated with the CDRLs shall be included on CLINs 0001, 1001, 2001, 3001, and 4001.

b. Q. What is the purpose of the Firm Fixed Price Data CLINs 0004, 1004, 2004, 3004, and 4004?

A. If an offeror asserts less than unlimited rights on the GRID, and those rights are for sale, the government would use FFP CLINs 0004, 1004, 2004, 3004, and 4004 to execute that purchase.

c. Q. PWS 3.27 Maintenance Service Report (CDRL A116) - The Government references a "maintenance database agreed upon by the ICBMSD RVA SPO". Is there an existing database in place? If so, please identify the system (e.g., MAXIMO, IMDS, etc.).

A. The government is not dictating what database the contractor uses, only that the proposed database meets the government's requirements.

d. Q. Would it be possible to get an electronic version of the BoE template you included as a picture in Section L?

A. The government does not have a template. The image in Section L is an example of a BOE.

e. Q. Is there a formal Section J? It doesn't appear to be included in the RFP.

A. The Section J requirement documents are located in the attached table.

________________________________________________________________

Amendment 0002 Updated 26 March 2020

Proposal due date is extended from 21 April 2020 to 5 May 2020

Section L is updated and attached to answer the question below. This revised version will be used for the purposes of evaluation and previous versions of Section L are now null and void.

Section L 6.2.3 Plans Required by Regulation or Policy This section seems to indicate that some kind of plans be submitted with the proposal, and then references a Property Management Plan, as well as applicable FAR/DFARS or PWS parts . The PWS references a number of plans, which are by and large CDRLs, which presumably would be submitted after award. Similarly, there is no clear indication which FAR/DFARS parts this section is referencing. In the interests of clarity, please provide a list of required plans to be submitted with the proposal.

NOTE: A tracked changes version has been provided for clarification; however, the PDF version of Section L will be used for evaluation.

________________________________________________________________

UPDATED 18 MARCH 2020:

This solicitation is updated as follows:

Proposal due date is extended from 14 April 2020 to 21 April 2020.

This effort is Mission Essential and award will include clauses:

FAR 52.237-3 Continuity of Services

252.237-7023 Continuation of Essential Contractor Services

252.237-7024 Notice of Continuation of Essential Contractor Services

________________________________________________________________

UPDATE 9 MARCH 2020:

The Air Force Nuclear Weapons Center, Intercontinental Ballistic Missile Systems Directorate (AFNWC) is releasing a request for proposals (RFP) for the Remote Visual Assessment (RVA) Contractor Logistic Support (CLS) 2.0 contract. The solicitation number is FA8204-20-R-7001. Proposals are due no later than 14 April 2020, 14:00 PM MST. Please see section L for proposal delivery instructions.

The government intends to award one Cost-Plus-Fixed-Fee contract. This effort is for depot and field maintenance, sustainment, training and support for the RVA program.

This is a total small business set aside. The NAICS code is 541330_a_Except with the size standard of $41.5.

The contract award is expected Fall 2020.

The RFP documents, including unclassified/restricted documents, are available in the Bidder's Library. To gain access, please contact Allison Ianniello, Contract Specialist, at allison.ianniello.1@us.af.mil and Jaime Veglia, Contracting Officer, at Jaime.Veglia.1@us.af.mil Please include your name, email address, office phone number, company, cage code and DD2345. Please respond with the requested information no later than 2 days after this posting, Wednesday, 11 March 2020, 14:00 MST.

Notice to Offeror(s): 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 an offeror for any costs.

Posted: Aug. 13, 2020, 4:22 p.m. EDT
Posted: June 24, 2020, 12:37 p.m. EDT
Posted: June 24, 2020, 11:59 a.m. EDT
Posted: May 5, 2020, 5:34 p.m. EDT
Posted: May 4, 2020, 11:28 a.m. EDT
Posted: April 29, 2020, 5:18 p.m. EDT
Posted: April 27, 2020, 3:47 p.m. EDT
Posted: April 9, 2020, 5:11 p.m. EDT
Posted: April 1, 2020, 5:27 p.m. EDT
Posted: March 26, 2020, 4:19 p.m. EDT
Posted: March 18, 2020, 1:49 p.m. EDT
Posted: March 9, 2020, 11:53 a.m. EDT

Overview

Response Deadline
May 12, 2020, 4:00 p.m. EDT (original: April 14, 2020, 4:00 p.m. EDT) Past Due
Posted
March 9, 2020, 11:53 a.m. EDT (updated: Aug. 13, 2020, 4:27 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Hill AFB, UT 84056 United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
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 3/9/20 Nuclear Weapons Center issued Solicitation FA8204-20-R-7001 for Request for Proposal for Remote Visual Assessment (RVA) Contractor Logistic Support (CLS) due 5/12/20. 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
Allison Ianniello   Profile
Phone
(801) 775-6735

Secondary Contact

Name
James Vaughan   Profile
Phone
(801) 586-3290

Documents

Posted documents for Solicitation FA8204-20-R-7001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation FA8204-20-R-7001

Contract Awards

Prime contracts awarded through Solicitation FA8204-20-R-7001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8204-20-R-7001

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8204-20-R-7001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE NUCLEAR WEAPON CENTER > STRATEGIC SYSTEMS-AFNWC > FA8204 AFNWC PZBA
FPDS Organization Code
5700-FA8204
Source Organization Code
500019558
Last Updated
Aug. 13, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 13, 2020