SOLICITATION NOTICE
R -- Business And Technology Management Administration (BATMAn) - BATMAn RFP and Attachments
- Notice Date
- 2/10/2017
- Notice Type
- Combined Synopsis/Solicitation
- 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
- Katherine M. Dorn, Phone: 505-846-7616, Paulette S. L. Windley, Phone: 505-846-0150
- E-Mail Address
-
katherine.dorn@us.af.mil, paulette.windley@us.af.mil
(katherine.dorn@us.af.mil, paulette.windley@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Attachment 26: Commercial Services Task Order Non-Exempt Labor Rate Disclosure Template Attachment 25: Commercial Services Task Order Pricing Template Attachment 24: Commercial Services Task Order Rate Schedule Template Attachment 23: RVS Task Order Performance Work Statement (PWS) Attachment 22: RVO Task Order Performance Work Statement (PWS) Attachment 21: RVK Task Order Performance Work Statement (PWS) Attachment 20: RVI Task Order Performance Work Statement (PWS) Attachment 19: RVE Task Order Performance Work Statement (PWS) Attachment 18: RVB Task Order Performance Work Statement (PWS) Attachment 17: RDS Task Order Performance Work Statement (PWS) Attachment 16: RDMZ Task Order Performance Work Statement (PWS) Attachment 15: RDM Task Order Performance Work Statement (PWS) Attachment 14: RDL Task Order Performance Work Statement (PWS) Attachment 13: RDH Task Order Performance Work Statement (PWS) Attachment 12: RDF Task Order Performance Work Statement (PWS) Attachment 11: Past Performance Project Sheet Attachment 10: EEOC Clearance Request Information Form Attachment 9: FAR 52.212-2 and addendum, Evaluation - Commercial Items Attachment 8: FAR 52.212-1 and addendum, Instructions to Offerors - Commercial Items Attachment 7: Provisions Attachment 6: Wage Determination 15-5739, Rev 1, 11 Jan 17 (Hawaii) Attachment 5: Wage Determination 15-5443, Rev 1, 25 Jan 17 (New Mexico) Attachment 4: DD 1423, Contract Data Requirements List Attachment 3: Draft DD 254, Contract Security Classification Specifications Attachment 2: Business And Technology Management Administration (BATMAn) Performance Work Statement (PWS) Supplemental Requirements, 30 Jan 17 Attachment 1: Business And Technology Management Administration (BATMAn) Performance Work Statement (PWS), 8 Feb 17 SF 1449 - Business And Technology Management Administration (BATMAn), FA9451-15-R-0029 INTRODUCTION/BACKGROUND: Phillips Research Site (PRS) is home to 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, and 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. AFRL/RVKDT, 3550 Aberdeen Ave. SE, Kirtland AFB, NM 87117, is looking for 8(a) concerns that have Top Secret (TS)/SCI eligibility 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 eligibility to perform its mission. Eligibility means current SCI with Single Scope Background Investigation adjudicated for SCI. 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 RV and RD branches and divisions. AFRL contemplates an Indefinite Delivery/Indefinite Quantity (IDIQ) firm-fixed price commercial contract with specific individual task orders issued by the Contracting Officer. The ordering period of the IDIQ is five (5) years. The period of performance for each task order issued will have one (1) basic year and four (4) option years. 98% of the labor category requirements are subject to the Service Contract Labor Standards (FAR Subpart 22.10). The Performance Work Statement is attached. Previous AFRL RV/RD administrative service contracts were solicited as 8(a) competitive acquisitions. The previous contracts provided between 110 and 125 full-time positions over a five year period. PROJECT REQUIREMENTS: The contractor shall furnish all labor and supplies required to perform this service and must possess the specific skills and operational expertise in accordance with the attached Performance Work Statements (PWS). The NAICS Code proposed for this requirement is 561110, Office Administrative Services. The size standard for NAICS 561110 is $7.5M. The proposed Product Service Code (PCS) is R799. The anticipated award date is 1 December 2017. SUBMISSION OF PROPOSAL: Responses to this RFP must be received no later than 1:00pm Mountain Standard Time (MST) on 10 April 2017. Instructions for preparing and submitting proposals can be found in FAR 52.212-1, Instructions to Offerors -- Commercial Items and addendum (Attachment 8 to the SF 1449). PRE-PROPOSAL CONFERENCE: A pre-proposal conference is scheduled for 8:00am MST on 23 February 2017 at the Philips Technology Institute, 2350 Alamo Ave. SE, Suite 100, Albuquerque, NM 87106. Base access is not required as the facility is not located on Kirtland Air Force Base. Please e-mail Katherine Dorn, Contract Specialist, if you are planning to attend. Limit three (3) attendees per company. QUESTIONS: Please submit any questions via e-mail to katherine.dorn@us.af.mil and paulette.windley@us.af.mil no later than 4:00pm MST on 3 March 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLDED/FA9451-15-R-0029/listing.html)
- Place of Performance
- Address: Facilities supporting Philips Research Site:, - Maui High Performance Computing Center, - Remote Maui Experiment Site, - Maui Space Surveillance Complex;, and, Kirtland AFB, New Mexico, 87113, United States
- Zip Code: 87113
- Zip Code: 87113
- Record
- SN04398549-W 20170212/170210234017-798ec259330cdd73bf12c814bf284a14 (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 |