SOLICITATION NOTICE
Q -- POTFF Draft RFP - POTFF Draft RFP
- Notice Date
- 2/13/2018
- Notice Type
- Presolicitation
- NAICS
- 621340
— Offices of Physical, Occupational and Speech Therapists, and Audiologists
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
- ZIP Code
- 33621-5323
- Solicitation Number
- DraftH9222218R0010
- Archive Date
- 3/7/2018
- Point of Contact
- Jace Anders, Phone: 8138263005, Ashley A. Commiso, Phone: (813) 826-4033
- E-Mail Address
-
jace.anders@socom.mil, ashley.commiso@socom.mil
(jace.anders@socom.mil, ashley.commiso@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- Question and Answer Template Attachment 3 Price Matrix PWS Appendix 2 Attachment 2 Performance Work Statement Draft RFP This is a draft Request for Proposal (RFP) for the United States Special Operations Command (USSOCOM)'s Preservation of the Force and Families (POTFF) Program Support Indefinite Delivery Indefinite Quantity (IDIQ) contract. This notice is provided for purposes of providing Industry with the most current information and to receive Industry feedback on the draft RFP. 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 2005-96. The NAICS code is 621340 and the small business size standard is $7.5 million. The ordering period is eight years if all options are exercised, the guaranteed contract minimum is $2,500.00 and the contract maximum is $500,000,000.00. After receipt of comments and questions, the Government may issue a final RFP for this requirement. In that case, the RFP number H92222-18-R-0010 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.16). If/when issued, the final RFP may result in a single award IDIQ contract issuing task orders on a Time and Material (T&M) basis. 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. 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 Jace Anders, Contracting Officer, jace.anders@socom.mil and Ashley Commiso, Contract Specialist, ashley.commiso@socom.mil NLT 20 February 2018, 1600 hrs EST. 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 5, 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 2, PWS and PWS Appendices 1, 2 3. Attachment 3, Price Matrix (all tabs and instructions) 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. How could Factor 1 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? 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. a. Exhibit A, Contract Data Requirements List (CDRLs) b. Attachment 1, Contract Security Classification Specification (DD254) c. PWS Appendix 3, POTFF Resume Cover Letter d. Quality Assurance Surveillance Plan (QASP) 3. The various numbers for transition and for purposes of pricing, to include evolving requirements that are dealt with at the task order level, are still being finalized which will result in modified numbers in both Attachment 3, Price Matrix and PWS Appendix 2 in the Final RFP. 4. The Relevancy Matrix that will be utilized per Section L.2.1.4.1 is still being finalized. 5. The Government is still contemplating the following: a. The relative order of importance of the Factor 1 subfactors. b. If a complete Total Compensation Plan will be required for all subcontractors or just major subcontractors providing a certain percentage of labor categories Please read through the entire draft RFP and attachments prior to submitting questions. All initial questions received by 20 February 2018, 1600 hrs EST and answers will be posted along with the final RFP. The final RFP is anticipated to be available on FedBizOpps on/around 16 March 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/DraftH9222218R0010/listing.html)
- Record
- SN04820820-W 20180215/180213231100-de0d1d75f6e3c23a2b70d4c62b06b213 (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 |