Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2015 FBO #4963
MODIFICATION

R -- RFI for Business and Technology Management Services (BATMAn) - Summary of Changes (Amendment 01) - Questions and Answers (Amendment 01)

Notice Date
6/24/2015
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
FA9451-15-R-0029
 
Point of Contact
Amanda Qualls, Phone: 505-846-5229, Paulette S. L. Windley, Phone: 505-846-0150
 
E-Mail Address
amanda.qualls.1@us.af.mil, paulette.windley@us.af.mil
(amanda.qualls.1@us.af.mil, paulette.windley@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Questions and Answers (Amendment 01) dated 24 June 2015 Summary of Changes (Amendment 01) dated 24 June 2015 This is a Request for Information (RFI). This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this RFI is to obtain knowledge and information for project planning purposes. INTRODUCTION/BACKGROUND: Phillips Research Site is the home of the Air Force Research Laboratory's Space Vehicles (RV) and Directed Energy (RD) Directorates. The mission of the Space Vehicles Directorate is to develop space technologies that support evolving space related warfighter requirements. Primary areas of importance include but are not limited to communications, positioning, navigation, and timing, space cyber, space modeling and simulation, space evaluation and analysis assessments, defensive space control, space situational awareness, and intelligence, surveillance and reconnaissance, as well as performing a variety of integrated space technology experiments. The mission of the Directed Energy Directorate is to develop advanced directed energy technologies that support evolving tactical and strategic warfighter requirements. Primary areas of importance include but are not limited to high-powered electromagnetics, laser systems, directed energy and electro-optics for space superiority, and directed energy weapons modeling and simulation. PRS is looking for 8(a) organizations that have Top Secret (TS)/SCI capability to perform administrative, business, financial and staff related support for their technical and functional divisions, the business offices within the division, as well as individual projects, branches, and divisions on-site at Kirtland Air Force Base and their geographically separated units PRS requires skilled administrative-type services for vital, non-research and development, activities to efficiently and effectively support both Directorates to successfully perform their technical missions. Both Directorates have combined equivalent non-research and development functions across the PRS in order to gain efficiency, achieve cost savings, and ensure continuity of operations across the Site. The majority of the anticipated task orders under this acquisition will require a Secret clearance; however, one task order currently envisioned requires the TS/SCI capability to perform its mission. A draft Performance Work Statement is attached and the below list is provided to describe the contractor skills and capabilities anticipated: - General administrative services - Contract administration services - Financial and Budget administrative services - Project/program administrative services - Scheduling/monitoring of training classes and records - Facilities maintenance and equipment services (non-construction) - Mailroom sorting and delivery services - Human Resources administrative services - Organizational Development administrative services - Security services - Conference Center management services - Video teleconferencing skills - Safety administrative services - Media administrative services and skills PURPOSE: The objective of this acquisition is to obtain Non-Personal Services for various types of business, administrative, and management (non-supervisory) services. These services are to support the RV and RD Directorates management and operations at various organizational levels to include geographically separated units or locations with an AFRL presence, their technical and functional divisions, the business offices within the divisions, and branches and divisions. AFRL contemplates an Indefinite Delivery/Indefinite Quantity (IDIQ), five (5) year ordering period with one (1) basic year and four (4) option years, Firm-Fixed Price commercial contract with specific individual task orders issued by the Contracting Officer. Over 98% of the labor category requirements are subject to the Service Contract Labor Standards (SCLS) (FAR Part 22.10). This Request for Information (RFI) seeks information that will be used in determining a path forward in its goal to perform administrative and business services. The principle objective of this RFI is to receive information from industry that would administratively support AFRL RV and RD directorates. Previous AFRL RV/RD administrative service contracts were solicited as 8(a) competitive acquisitions and provided between 110 and 125 full time positions over a five year period. Historical functions, primary government General Schedule (GS) Series functional equivalency and workload percentages are provided in below. Administrative GS-0300/1000 56% Financial GS-0500 15% Program/Project GS-0300 10% Facility GS-1600 7% Security GS-0080 6% Human Resources GS-200 6% PROJECT REQUIREMENTS: The NAICs Code proposed for this requirement is 561110, Office Administrative Services. The size standard for NAICs 561110 is $7.5M. AFRL is investigating the options available to administratively support RV and RD Directorates. The Directorates seek to identify those 8(a) small businesses with appropriate Secret, Top Secret/SCI Clearance levels that are capable of providing the services described. Responses to this RFI, at a minimum, must describe your capabilities, features and benefits to support the services to include ability to recruit and retain (i.e., benefit packages, incentives, etc.) personnel, provide a brief synopsis of your ability to meet all of the requirements described herein and answer the below questions. Page limitation is fifteen (15) pages at no smaller than 12 font size. For information purposes assume the effort begins 1 Oct 2015 and runs through 31 Sep 2020, one year basic contract with four one-year options. Telephone and facsimile responses will not be accepted. 1. Provide the following identification information: Respondent's DUNS number, organization name, complete address, and size and type of business (e.g., 8(a), HUBZone, women-owned, etc.) pursuant to the applicable NAICS code. 2. Respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. 3. Provide a summary of the current client base, highlighting similar sized clients within the Federal Government sector and distinguishing factors with competing organizations 4. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided 5. Provide labor categories intended to fulfill requirement and a brief description 6. Provide information on the appropriate security clearance. (i.e. Secret, TS, SCI) 7. Appropriate levels of clearance held for each labor category (Secret, Top Secret/SCI) 8. Is the Top Secret clearance current? Are they eligible for SCI? 9. Do you have GSA contracts? If so, provide your GSA Schedule numbers? (i.e. SIN numbers) 10. State whether you have a Government approved accounting system, if so, provide evidence of such approval. 11. AFRL desires to establish meaningful and measureable metrics for the services required. What metrics and/or industry standards should the Government consider on how best to measure contractor performance after contract award? 12. Provide any additional relevant information and feedback. SUBMISSION DEADLINES: Questions Submit your questions relating to this RFI, if any, by close of business 15 Jun 2015 to Ms. Amanda Qualls via electronic mail at amanda.qualls.1@us.af.mil and Paulette Windley at paulette.windley@us.af.mil All e mail inquiries shall have "Business and Technology Management Administration (BATMAn)" listed in the subject line. Questions relating to this acquisition shall be submitted as an excel spreadsheet using the following table: # Question PWS Paragraph 1 2 3 4 The Government will review and provide written responses prior to the response date of this RFI. SUBMISSION OF RESPONSE Submission date for responses to this RFI is CHANGED FROM no later than 26 Jun 2015 by 3:00 PM MST to no later than 01 July 2015 by 3:00 PM MST. The response should be submitted to Amanda Qualls via electronic mail at amanda.qualls.1@us.af.mil and Ms. Paulette Windley at paulette.windley@us.af.mil. All e-mail submissions shall have "Business and Technology Management Administration (BATMAn)" listed in the subject line. DISCLAIMER AND IMPORTANT NOTES: Disclaimer FAR 52.215-3: (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" may be used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. This notice does not obligate the Government to award a contract. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLDED/FA9451-15-R-0029/listing.html)
 
Place of Performance
Address: Kirtland Air Force Base and other facilities supporting Phillips Research Site (Maui High Performance Computing Center, MHPCC), 3550 Aberdeen Avenue SE, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03774341-W 20150626/150624234740-7994bbe8c29250c92a5245fae7aa235c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.