Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2020 SAM #6783
SOLICITATION NOTICE

R -- Business Consulting Services

Notice Date
6/23/2020 10:51:39 AM
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA8224 OL H PZI PZIM HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA8224-20-R-0021
 
Response Due
7/6/2020 3:00:00 PM
 
Archive Date
07/21/2020
 
Point of Contact
Justin Brough, Phone: 8017778651, Brogan Fullmer, Phone: 8017772790
 
E-Mail Address
justin.brough@us.af.mil, brogan.fullmer@us.af.mil
(justin.brough@us.af.mil, brogan.fullmer@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this Request for Information (RFI) is to gather�questions, comments, concerns, or�suggestions from interested vendors regarding this anticipated contract opportunity.�� **This is not a solicitation.� Any information submitted by respondents to this�Request for Information (RFI)�is voluntary.�The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice.** **All questions, comments, concerns or suggestions from interested vendors should be added to the Questions and Comments Spreadsheet (attached) and returned to the Government Points of Contact listed on this RFI�no later than the closing date of this RFI** The purpose of this advisory and assistance service (A&AS) Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract is to provide marketing, depot business development, development, execution, and revision of strategic public private partnerships, and technical subject matter experts (SMEs) for the Ogden Air Logistics Complex (OO-ALC), Maintenance Groups, and/or Squadrons at Hill Air Force Base, Utah. Please see attached Draft Performance Work Statement (PWS). This ID/IQ will consist of a five (5) year ordering period, with a five (5) year, 364 day Period of Performance.� It is anticipated that the contemplated combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06.It is anticipated that the contemplated combined synopsis/solicitation will utilize FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It is anticipated that offers proposing on the contemplated combined synopsis/solicitation will be required to hold its offered prices firm for 120 calendar days. The anticipated combined synopsis/ solicitation incorporates by reference FAR 52.212-1. Notice to Offeror(s): The Government reserves the right to cancel this RFI or the anticipated combined synopsis/solicitation prior to or after the closing date. The Government is under no obligation to reimburse Offeror(s) for any costs incurred in the event the Government cancels this RFI or does not award a contract resulting from the anticipated combined synopsis/solicitation. It is anticipated that in accordance with FAR 16.504(a)(1) & (a)(2), an order-minimum quantity/value of one (1) Task Order is hereby established which must be met and accepted at time of award to ensure the contract is binding. As prescribed on the front page of this Basic Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, the maximum value/ceiling is hereby established at $6,999,999.99. The total dollar value of all Orders placed during the respective ordering period prescribed by Clause 52.216-18 herein, should not exceed this stated amount. It is anticipated that Offeror(s) shall submit volumes in accordance with Federal Acquisition Regulation (FAR) 52.212-1 --Instructions to Offerors -- Commercial Items and the 52.212-1 Addendum which is included as an attachment to this solicitation. Offeror(s) proposals will be evaluated in accordance with FAR 52.212-2 -- Evaluation -- Commercial Items and the evaluation criteria outlined in the 52.212-2 Addendum which is anticipated to be included as an attachment to the combined synopsis/solicitation. It is anticipated that Offeror(s) shall include, with its offer, a completed copy of the provisions found in FAR 52.212-3-- Offeror Representations and Certifications � Commercial Items. It is anticipated that FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. It is anticipated that FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisitions. Additional FAR clauses as marked in 52.212-5 apply to this acquisition. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: 541611 NAICS CODE SMALL BUSINESS SIZE STANDARD: $16,500,000.00 PRODUCT OR SERVICE CODE: R408 Anticipated Award Date: September 01, 2020.� Please continute to monitor Beta.Sam.gov for official solicitation and�request for proposal.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8d311b93138e4b16b6cc34518af07f1d/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05699933-F 20200625/200623230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.