Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2021 SAM #7091
MODIFICATION

J -- Transient Alert Services 2 RFP

Notice Date
4/29/2021 1:21:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
FA445221R0001
 
Response Due
6/1/2021 8:00:00 AM
 
Archive Date
06/16/2021
 
Point of Contact
Nicholas Smothers, Monica Holtmann
 
E-Mail Address
nicholas.smothers@us.af.mil, monica.holtmann@us.af.mil
(nicholas.smothers@us.af.mil, monica.holtmann@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
1.This is a Combined Synopsis/Solicitation RFP in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included within this notice. This RFP is for the subject requirement to be awarded on a competitive best value subjective tradeoff source selection conducted IAW FAR 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), the Air Force Federal Acquisition Regulation Supplement (AFFARS), and the specific requirements outlined in this request and attachments. The terms and conditions will be utilized IAW FAR Part 12, and the specific requirements outlined in this request and its attachments.2.The Government intends to award up to nine Indefinite Delivery Indefinite Quantity (IDIQ) contracts from this solicitation. Each IDIQ will have a five-year ordering period. This RFP will be set aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB) with an embedded set-aside for 8(a) small business at locations currently accepted into the 8(a) program, via the beta.SAM.gov website.3.The selection for award of this contract will be made to the offerors who are deemed responsible IAW FAR 9, as supplemented, whose proposal conforms to the solicitation�s requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Addendum to FAR Clause 52.212-1 of the solicitation and is judged, based on the evaluation factors and subfactors, to represent the best value to the Government.4.Notice to Offeror(s): Task Order 0001 will be issued concurrently with the basic IDIQ award for mandatory participation in a post award orientation. The Offeror must acknowledge it understands and is willing to accept the terms of Task Order 0001 should it be awarded an IDIQ Contract. The Offeror must therefore submit with its proposal a signed statement from an authorized representative on company letterhead indicating it will participate in the mandatory post award orientation; that it understands $2,000 will be the total price for this participation (no more and no less) and will serve as the minimum guarantee. Task Order 0001 is NOT included in the basic contract proposal costs. No pricing information is required with this statement; therefore it should be no more than one (1) page. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.5.Identify any conflict of interest or appearance issues which may be a potential Organizational Conflict of Interest (OCI) IAW FAR 9.5, as supplemented. Organizational Conflict of Interest mitigation plans or a statement that no OCI exists should accompany your proposal. Contractors are responsible for immediately notifying the Contracting Officer should any potential conflict of interest arise at any time prior to and/or after contract award.6.The proposal shall be accompanied by a complete and signed Proposal Cover Sheet (See Solicitation Attachment 2, Proposal Cover Sheet) to be included in Volume I (see section 5.2.1). The�Proposal Cover Sheet Template requires the Offeror to specify whether it intends to compete as an 8(a) Firm, SDVOSB, or both.7.Questions and Answers/Assumptions and Exceptions: Contractors are cautioned that all communications are to be channeled through the Contracting Officer. Any questions, whether technical or contractual in nature, shall be submitted in writing. Questions and Answers shall be submitted in writing to the Contract Specialist (CS), Ms. Monica Holtmann, at monica.holtmann@us.af.mil, and to the Contracting Officer, Mr. Nicholas Smothers, atnicholas.smothers@us.af.mil. All Questions shall be submitted by 10:00 AM Central Time, on 14 May 2021. Questions will be consolidated and responses will be posted to the beta.SAM.gov website. No further questions will be addressed on this requirement after this time and date. Contractors shall address anyassumptions and proposed exceptions to the Contracting Officer in their proposal. 8.This RFP is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing a proposal. The Government reserves the right not to award a contract in response to this RFP. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established.9.Proposals are due by 10:00 AM Central Time on 01 June 2021. Submit proposals electronically via email to Ms. Monica Holtmann, monica.holtmann@us.af.mil, and Mr. Nicholas Smothers, nicholas.smothers@us.af.mil. All electronic submissions shall reference, Offeror name, small business designation, Source Selection Information � See FAR 2.101 & 3.104� in the subject line.LATE PROPOSALS WILL NOT BE ACCEPTED.10.For all technical and contractual questions and comments, please contact Ms. Monica Holtmann, Contract Specialist, via email at monica.holtmann@us.af.milor phone at (618) 256-9981, or Mr. Nicholas Smothers, Contracting Officer, via email at nicholas.smothers@us.af.milor phone at (618) 256-994
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73c7d2135e9e491e874f3d8e1d282cf2/view)
 
Record
SN05986739-F 20210501/210429230120 (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.