Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

16 -- Contract Field Teams (CFT) – Solicitation - Letter to interested parties

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8108-14-R-0001
 
Point of Contact
Wade Ward, Phone: 405-734-0143, Melony F Adamski, Phone: 405-793-0193
 
E-Mail Address
bradley.ward.3@us.af.mil, melony.adamski.1@us.af.mil
(bradley.ward.3@us.af.mil, melony.adamski.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Letter to all interested parties 10 Sep 15 Anticipated award date change -- see attached letter. ______________________________________________________ 16 Jan 15 Guidance for proposal submission has been posted to FBO. __________________________________________________________ 15 Jan 15 Amendment 0003 has been posted to FBO. __________________________________________________________ 8 Jan 15 Amendment 0002 has been posted to FBO. __________________________________________________________ 8 Dec 14 Amendment 0001 has been posted to FBO. __________________________________________________________ 2 Dec 14 The formal Request for Proposal (RFP) for CFT has been posted to FBO. There are 21 attachments to the RFP. Some of the content contained within the RFP (and its attachments) is different than what was provided during the Q&A process. All documents have been updated and/or revised since the Q&A phase. Offerors are suggested to consider the Q&A as a guide only; the formal RFP (and its attachments) supersedes all previous postings. Offerors need to carefully review the RFP (and its attachments) for the applicable due dates and instructions for submitting proposals. __________________________________________________________ Previously Posted Information 9 Oct 14 - FORMAL SYNOPSIS - Contract Field Teams (CFT) This announcement constitutes a Formal Synopsis for the Contract Field Teams (CFT) program located at Tinker AFB. The Government seeks to award approximately 13 Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts in two (2) competition pools: (1) Full and Open competition pool: Approximately six (6) ID/IQ contracts to either Small or Large Businesses competing in the Full and Open competition pool whose offers represent the best value to the Government. (2) Small Business Set-Aside competition pool: Approximately seven (7) ID/IQ contracts to Small Businesses competing in the Small Business Set-Aside competition pool whose offers represent the best value to the Government. Note: Offerors competing in the Small Business Set-Aside competition pool may elect to compete in the Full and Open competition pool. Small Businesses will be evaluated in the appropriate competition pool(s) based on the offeror's selection located on the front page of the formal RFP (when released). The Air Force will acquire this requirement through an Air Force Source Selection. It is anticipated that the resultant contracts will be FAR Part 15 ID/IQ contracts with Firm Fixed Price, Time & Material, and Cost-Reimbursable line items. This is a non-commercial acquisition. The contract ordering period will consist of a maximum seven years and six months. The basic period will be three-years (ends year 3), Option I will be two-years (ends year 5), and Option II will be two-years (ends year 7). The options will be priced at the time of contract award. At the end of any contract period, FAR clause 52.217-8, Option to Extend Services, allows for continued services within the limits and at the rates specified in the contract. This clause will be incorporated and evaluated at the time of basic contract award. The solicitation and contract will expressly state that the clause at 52.217-8 may be used for additional ordering period (up to six months) at the end of any contract period and that the NTE rates specified in the contract for the ordering period existing at the time 52.217-8 is exercised will apply to the task orders issued during the new ordering period under the Option to Extend Services. Each task order will state a period of performance for the services ordered and may include clause 52.217-8, Option to Extend Services, so long as it is incorporated and evaluated at the time the task order is issued. This is a partial Small Business Set-Aside under NAICS Code 336411. The Line Item Description will be as follows: X001 - Firm Fixed Price (FFP) X002 - Overtime in support of FFP (FP) X003 - Surge (FP) X004 - Over and Above (FFP) X005 - CAP/CAS (CR) X006 - Time and Materials (T&M) X007 - Overtime in support of T&M (T&M) X008 - Material/Non-Material (T&M) X009 - Travel (CR) X010 - Transition In (FFP) X011 - Transition Out (FFP) X012 - Data (NSP) X013 - Post Award Conference (CR) Deliveries and locations will be cited on individual task orders. FOB Origin and Destination. The purpose of this acquisition is to establish a competitive, performance based service acquisition (PBSA) for Contract Field Team (CFT) support. CFTs are available for use by all the Department of Defense (DoD) services and other federal agencies. A CFT is an awarded set of Contractor maintenance personnel who are provided with Government-furnished special tools, equipment, work space and supplies to accomplish modification/maintenance/repair effort on-site at operational Government locations, both in the Continental United States (CONUS) and outside the Continental United States (OCONUS). The CFT program accomplishes depot, field and organizational level inspection, maintenance, modification and repair at operational Government locations worldwide. The program supports requirements for the active Air Force, Air National Guard and Air Force Reserve components. CFT contracts are also used to support requirements generated by the Army, Navy, Coast Guard, Federal Aviation Administration (FAA), Department of Homeland Security and other federal agencies. The CFT program provides a rapid deployment workforce augmentation capability to field necessary skilled technicians on site anywhere in the world to support the Government's war readiness needs. All award eligibility requirements will be stated in the RFP. All responsible sources may submit a proposal which shall be considered by the agency. Electronic procedures will be used for this solicitation through FedBizOps at http://www.fbo.gov. Solicitation requests can be submitted to Wade Ward via email at bradley.ward.3@us.af.mil and Melony Adamski at melony.adamski.1@us.af.mil. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. ___________________________________________________________ Previously Posted Information 2 Jul 14 - Follow-up Q&A Attached is the follow-up Q&A derived from the original Q&A posted on 29 May 14. The follow-up Q&A is contained within the same document as the original Q&A, please look towards the bottom of the Q&A document (page 63). As of today, the Government does not have a firm RFP release date. I will provide milestone updates as the acquisition process materializes. Thanks in advance for your concern in this matter. _____________________________________________________ Previously Posted Information 29 May 2014 - CFT Questions and Answers (Q&A) Attached is the Q&A derived from the draft RFP (and all corresponding attachments) posted on 26 Mar 14. The answers represented in the Q&A will be reflected in the final RFP as applicable. Due to some of the changes in the Section L&M the Government is re-posting updated draft versions of these two documents only. Also attached is the Past Performance Information (PPI) tool. The directions associated with the PPI tool can be found in Section L ITO Attachment 1.1. Contractors are hereby provided the opportunity to ask follow-up questions as a result of the Government answers. These follow-up questions are due 6 Jun 14. If a Contractor wants to ask a follow-up question to one of the Governments answers please reference the applicable Q&A number to which the new question applies. Contractors are asked to review this entire document before asking additional questions, please do not ask a question that has already been addressed. It is the Government intention to avoid unnecessary duplication of answers as much as possible. I appreciate everybody's concern in this matter. ______________________________________________________ Previously Posted Information 3 April 14 - CFT Pre-Solicitation Conference Briefing Charts & Attendees List I have attached all of the briefing charts from the CFT Pre-Solicitation conference held on 1 April 14. Also attached is the attendees list. Just as a reminder please submit all questions in writing by 15 April 14. I want to personally thank all of the attendees for their respectful questions and complimentary feedback. I hope the conference was beneficial to all. - Wade ________________________________________________________ Previously Posted Information 26 Mar 2014 - CFT DRAFT RFP & CFT Pre-Solicitation Conference Agenda The DRAFT RFP (Request for Proposal) is attached along with the associated documents. THIS IS ONLY A DRAFT AND THEREFORE IS SUBJECT TO CHANGE. Responses to this request are voluntary and will not affect any contractor's ability to submit a proposal when the solicitation is released. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this notice. Any information provided by interested parties to the Government is strictly voluntary. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this notice. Contractors shall not contact any Government officials other than the individual outlined below in regards to the subject draft solicitation. Also attached is the agenda for the CFT Pre-Solicitation Conference on 1 April 14 see invite for more details. __________________________________________________________ Previously Posted Information 3 Mar 2014 - CFT Pre-Solicitation Conference The Contract Field Teams Program will be hosting a Pre-Solicitation conference on 1-3 April 2014. Please see attached Pre-Solicitation conference invite for details. __________________________________________________________ Previously Posted Information 12 Aug 2013 - New Information - Request for Information #2 All of the historical details associated with the first RFI issued on 6 Dec 12 are still applicable. The Government is seeking industry input on additional questions which are provided as attachment "CFT Request for Information #2 - 12 Aug 13". There is no Request for Proposal package available at this time. All interested parties are requested to send company and/or descriptive literature along with responses to the questions in the attached package and any comments to Wade Ward via e-mail at bradley.ward@tinker.af.mil or Melony Adamski via e-mail at melony.adamski@tinker.af.mil. Responses are due no later than 4:00 PM CST on 12 Sep 13. No phone or FAX requests will be accepted. If you have additional questions or comments, they must be submitted in writing, (e-mail is preferred) and no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. _ _______________________________________________________ Previously Posted Information 03 June 2013 - Questions and Answers (Q&A)/Attendance Sheet In response to industry day the Government is releasing Q&A derived from the event. Additionally, we are providing the attendance sheet. ___________________________________________________________ Previously Posted Information 18 April 2013 - New Information - Draft PWS Thank you to the contactors who RSVP'd for Industry Day. Contractors are asked to please review the attached draft PWS before arrival. Contractors are asked to bring their own copies; the Government will not provide individual copies. The briefing charts are also attached for convenience. ___________________________________________________________ Previously Posted Information 26 MARCH 2013 - CFT INDUSTRY DAY ANNOUNCEMENT The Contract Field Teams Program will be hosting an Industry Day on 24-25 April 2013. Please see attached Industry Day Invite and all other Industry Day Information. Please RSVP NLT 15 April 2013 if you would like to attend.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8108-14-R-0001/listing.html)
 
Place of Performance
Address: To be cited, United States
 
Record
SN03879704-W 20150912/150910235730-b9e7ba46b5fde24d273381703952d4a2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.