Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2016 FBO #5273
SOLICITATION NOTICE

R -- Special Operations Forces Global Logistics Support Services (SOF GLSS) - Package 5 - Package 4 - Package 3 - Package 1 - Package 6 - Package 2 - Package 7

Notice Date
4/29/2016
 
Notice Type
Presolicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD, LEXINGTON, Kentucky, 40516-9723
 
ZIP Code
40516-9723
 
Solicitation Number
H92254-16-R-0001
 
Point of Contact
Michael J. Hawkins, Phone: 8138267047, Michelle Riisma, Phone: 8138268080
 
E-Mail Address
michael.hawkins4@socom.mil, michelle.riisma@socom.mil
(michael.hawkins4@socom.mil, michelle.riisma@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS App Doc 27 PWS App Doc 26 PWS App Doc 25 PWS App Doc 24 PWS App Doc 23 PWS App Doc 22 PWS App Doc 21 PWS App Doc 20 PWS App Doc 19 PWS App Doc 18 PWS App Doc 17 PWS App Doc 16 PWS App Doc 15 PWS App Doc 14 PWS App Doc 13 PWS App Doc 12 PWS App Doc 11 PWS App Doc 10 PWS App Doc 9 PWS App Doc 8 PWS App Doc 7 PWS App Doc 6 PWS App Doc 5 PWS App Doc 4 PWS App Doc 3 PWS App Doc 2 PWS App Doc 1 Attachment List rev 0 WD (Nationwide) rev 0 WD (Lexington) rev 0 WD (Ft Walton Beach) rev 0 CBA (Ft Walton Beach) rev 0 CBA (Bluegrass Station) rev 0 Q&A Template rev 0 Enterprise Budget Template rev 0 DD 254 rev 0 Draft RFP rev 0 **NOTE - This notice replaces FBO Notice H9222215ROSGS** This is a draft Request for Proposal (RFP) for the Special Operations Forces Global Logistics Support Services (SOF GLSS) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This notice is provided for purposes of providing Industry with the most current information and receive Industry feedback on the draft RFP. One-on-One sessions will also be scheduled as a result of this notice. The objective of the IDIQ is to acquire contractor-provided services to perform: 1. Global program support services utilizing three Core Competencies: Streamlined Design and Rapid Prototyping; Production, Modification, and Integration; and Lifecycle Sustainment Activities across the two major areas of SOF platforms: aviation and SOF systems (ground and maritime); and 2. Enterprise functions normally associated with running a Government-Owned Contractor-Operated (GOCO)-type (state-owned, Government-leased (tenant), contractor-operated) operation in a cost efficient manner to include logistics operations; facility management; environmental, safety, and health; security management; and information technology (IT) management. This announcement does not constitute a solicitation and proposals are not being requested at this time. However, the Government is requesting comments and questions on the draft RFP and its attachments. The draft RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The NAICS code is 561990 and the small business size standard is $11 million. The ordering period is 10-years if all options are exercised, the guaranteed contract minimum is $500,000.00, and the contract maximum is $8,000,000,000.00. After receipt of comments and questions, the Government may issue a final RFP for this requirement. In that case, the RFP number H92222-16-R-0001 will be issued as an RFP using full and open competition with no exclusions/set-asides but with minimum mandatory requirements for Small Business subcontracting (outlined in RFP Section H.11). If/when issued, the final RFP may result in a single award IDIQ contract issuing task and delivery orders of multiple contract types. If/when the final RFP is issued, offerors will be required to submit proposals in accordance with the instructions outlined in Section L of the RFP. To gain access to several of the draft RFP attachments including the Performance Work Statement (PWS), PWS Appendices, Quality Assurance Surveillance Plan (QASP), Contract Data Requirements List (CDRLs), and Representative Task Order Instructions to Offerors (ITOs) and Statements of Objectives (SOOs), an Explicit Access Request must be made via this FBO posting. Email and/or phone call requests will not be accepted. Before Explicit Access is granted, the Contracting Officer will verify registration in SAM with the proper NAICS code for this requirement, and Top Secret Facility Clearance and Top Secret Level of Safeguarding in accordance with the DD 254. Please be advised, this verification can take up to 24 hours. Requests for Explicit Access received on a Friday after 3:00 pm Eastern Time will not begin verification until the next business day. This verification process has been established to limit the dissemination of sensitive but unclassified information and proof of Top Secret Facility Clearance and Top Secret Level of Safeguarding are required to propose on this effort. Communications with anyone other than the Contracting Officer and Contract Specialist are prohibited. Those contractors interested in proposing as a prime contractor or teaming with a prime contractor on this effort and desiring to provide value added feedback on the draft RFP must email their questions and/or comments in writing to Mike Hawkins, Contracting Officer, michael.hawkins4@socom.mil and Mrs. Michelle Riisma, Contract Specialist, michelle.riisma@socom.mil NLT 9 May 2016, 1200 hrs EDT. Please provide suggested edits and comments utilizing the track changes and review features via Microsoft Word directly in the draft RFP documents where possible and utilize RFP Attachment 12, Q&A Template to summarize all comments and questions. Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence (using the Q&A Template), for documentation purposes. Individual responses to inquiries will not be provided. If it is necessary to include proprietary information in the template, it must be marked appropriately in Column E of the Q&A Template. The Government desires feedback that focuses on the following draft RFP sections: 1. Section H unique clauses and post award processes 2. Attachment 1, PWS 3. Attachments 5, 7, and 9, Representative Task Order SOOs 4. Sections L and M a. Do the requirements in Section L clearly articulate what is being requested? b. Is it evident what capabilities are most important to the Government, which will be the focus of the trade-off decision? c. Considering the Government's goals and objectives provided as part of the excerpts from the approved Acquisition Strategy briefing (provided in package 7) and the requirements outlined in the PWS, do you feel these sections focus on the right capabilities to achieve both the desired objectives and requirements of the PWS? d. How could Factors 1 and 3 be streamlined and/or simplified further while still achieving the desired results and providing the Government with adequate information in order to determine the best value proposal? e. What are your thoughts regarding the Enterprise Budget and Business Unit language outlined in Section L.4.1 Notes/Information before providing comments: 1. A complete scrub and/or peer and policy review of Sections D-I of the draft RFP has not yet been accomplished but will be accomplished prior to the final RFP release. 2. All Attachments to the RFP in Section J have not been finalized. 3. PWS Appendix G is still being finalized with TO information and final color coding. 4. The Draft AFA0000000-107 Specification for Representative Task Order 1 (AC-130J Kits and Installs) is not currently available. The Government intends on posting it when it becomes available and NLT the final RFP posting. 5. The Government is still contemplating the following: a. The templates for submission of required cost data per task order. b. The language in Section L and M regarding subcontractor cost data. c. The use of a business unit with appropriate indirect rate structure to support enterprise functions of the PWS. d. The details of the penalty for not meeting the Small Business subcontracting mandates. e. The relative order of importance of the Factors and subfactors. The Government plans to post a revised draft RFP NLT 13 May 2016 with suggested edits and comments from Industry incorporated as appropriate. The intent of this subsequent posting is to answer any preliminary and administrative questions prior to the One-on-One sessions so the value of those sessions can be maximized. Offerors will have an opportunity to provide additional suggested edits, comments, and questions on the revised draft RFP. Please read through the entire draft RFP and attachments prior to submitting questions. Package 1 contains a list summarizing all of the draft RFP attachments, their associated FedBizzOps package number, and whether or not Explicit Access is required. Excerpts of the approved Acquisition Strategy briefing are included in Package 7 so offerors can understand the Government's goals and objectives for this requirement as well as to provide additional information that may be useful in preparing and submitting eventual proposals. All initial questions received by 9 May 2016, 1200 hrs EDT and answers will be posted along with the revised draft RFP. Offerors may submit questions to the Contracting Officer at any time; however, questions received after 9 May 2016, 1200 hrs EDT may not be answered prior to the One-on-One sessions. The final RFP is anticipated to be available on FedBizOpps on/around 4 Aug 2016. One-on-One Sessions One-on-One sessions will be an opportunity for Industry to ask specific, approach-dependent questions about the draft RFP for the SOF GLSS contract. In order to ensure that both the Government and Industry derive as much possible value from these sessions within the available schedule timeframe, priority for these sessions will be given to those interested companies that have the ability to be a prime offeror for this SOF GLSS effort and any subcontractors or teaming partners they choose to invite. The Government encourages those subcontractors or teaming partners to attend with the prime offeror. Sessions will be held on 24, 25, and 26 May 2016 during the Special Operations Forces Industry Conference (SOFIC) at the Tampa Convention Center at 333 Franklin Street, Tampa, FL 33609. To register for a One-on-One session, a single representative for the prime offeror must send a request NLT 16 May 2016, 1600 hrs EDT to the Contracting Officer and Contract Specialist (one email) with the following information: 1. Prime Offeror Company Name / CAGE Code 2. Team Member Company Names / CAGE Codes 3. Names of participants attending the session. Space is limited so no more than 15 participants may attend the session. The Contracting Officer or Contract Specialist will then send the prime company representative a link to the registration site at Eventbrite.com. Each prime/team is only allowed to register for one session. Attendance at the scheduled One-on-Ones and any discussions/release of information is strictly voluntary. The Government will not pay for any information provided or costs associated with travel for this session. NLT 16 May 2016, 1600 hrs EDT, provide a list of questions for your One-on-One session using the Q&A Template to the Contracting Officer and Contract Specialist (one email). This list should not repeat any questions previously answered by the Government. This list of questions will be used by the Government to prepare for the One-on-One sessions. Offerors will not be limited to this list during the One-on-One sessions but the Government may not be able to answer questions that do not appear on the list during the One-on-One sessions. Answers to those questions will be provided directly to the offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.html)
 
Record
SN04101256-W 20160501/160429234903-52796acfd2c8d55afd5216ab237f9f3a (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.