Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
MODIFICATION

R -- Special Operations Forces Global Logistics Support Services (SOF GLSS) - Package 2c - Package 1e - Package 3d - Package 8b - Package 4c - Package 5c

Notice Date
7/14/2016
 
Notice Type
Modification/Amendment
 
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
One-on-One Attendee Roster Attachment List rev 4 WD (Nationwide) rev 1 WD (Lexington) rev 0 WD (Ft Walton Beach) rev 0 CBA (Ft Walton Beach) rev 0 CBA (Bluegrass Station) rev 0 List of Applicable CBAs and WDs rev 1 Q&A Template rev 0 Enterprise Budget Template rev 2 DD 254 rev 2 Draft RFP rev 4 **14 Jul 2016 Revised Draft RFP Documents, Additional Q&A, and Updated Information** Based on feedback received both during internal Government reviews and from industry, the Government has decided to post an updated draft RFP. These updated documents will be utilized for the DPAP Phase I peer review and are still subject to change prior to the final RFP posting, which is now estimated to be 19 August. The following significant changes made to the previous draft RFP documents are summarized below: 1. The Government has the draft Technical Data Package (TDP) for the AC-130J Task Order. Due to the size and complexity of file structure of the TDP, interested prime offerors only must contact the Contracting Officer and Contract Specialist in writing to arrange either shipping of the DVD or a time to pickup the DVD at USSOCOM HQ on MacDill AFB, FL between 0800-1500, Monday-Friday. 2. The Government has decided to hold a Technical Interchange Meeting (TIM) at our facility in Crestview, FL 9-11 August 2016. This will consist of a Facility Tour and a one-on-one meeting with the representative task order subject matter experts for each of the 3 task orders. Interested prime offerors only must contact the Contracting Officer and Contract Specialist in writing NLT noon, Eastern Time on Friday, 22 Jul 2016 to attend the TIM. 3. In order to mitigate any perceived unfair competitive advantages of one offeror over another, the Government has developed a baseline for types of labor categories, number of hours, and specific plug numbers for materials for the Enterprise Management functions and the representative task orders. RFP Attachments 10, 11a, 11b, and 11c have been revised with example baseline information and plug numbers. Pending DPAP review and opinion regarding this approach, the Government intends to revise these attachments again to provide the actual baseline information and plug numbers for the final RFP. 4. The Government is contemplating reducing the task order periods of performance from 5 years to 1 year in order to mitigate the affects this new strategy in providing the baseline operations in RFP Attachment 10 will have on cost and performance beyond the first year. 5. The Government is seeking questions on the NEW information ONLY provided in this updated draft RFP. Offerors are reminded to utilize Attachment 12, Q&A template for such questions. *NOTE - **UPDATE TO PACKAGES (14 Jul 2016)** The following packages replace the packages noted in their entirety. Tracked changes were used to the maximum extent possible: Package 1e replaces Package 1d; Package 2c replaces Package 2b; Package 3d replaces Package 3c; Package 4c replaces Package 4b; Package 5c replaces Package 5b; and Package 8b replaces Package 8a **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. 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. 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. 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), Representative Task Order Instructions to Offerors (ITOs) and Statements of Objectives (SOOs), Cost Templates, and Government answers to draft RFP questions, 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 and Top Secret Facility Clearance and 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 Secret Level of Safeguarding are required to propose on this effort as a prime offeror. 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 must email their questions in writing to Mike Hawkins, Contracting Officer, michael.hawkins4@socom.mil and Mrs. Michelle Riisma, Contract Specialist, michelle.riisma@socom.mil. If a question must be asked, please utilize RFP Attachment 12, Q&A Template to summarize all questions. These questions should not repeat any questions previously answered by the Government. *NOTE* The Government responses to all draft RFP questions received to date are included in Package 8b. 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. Notes/Information: 1. All Attachments to the RFP in Section J have not been finalized. 2. PWS Appendix G is still being finalized with TO information and final color coding. 3. The Draft AFA0000000-107 TDP for Representative Task Order 1 (AC-130J Kits and Installs) is available. However, the Government cannot post it so interested prime offerors must contact the Contracting Officer and Contract Specialist to receive the Draft TDP. Please read through the entire revised draft RFP and attachments prior to submitting additional questions. Package 1e contains a list summarizing all of the revised 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 7b 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. Offerors may submit questions to the Contracting Officer at any time; however, the Government's focus has shifted to finalizing the RFP documents so answers to questions may be delayed. The final RFP is anticipated to be available on FedBizOpps on/around 19 Aug 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.html)
 
Record
SN04182110-W 20160716/160714234346-5c9d3ba120a8cbbb52a15b89f86d6c8c (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.