Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2023 SAM #8003
SPECIAL NOTICE

S -- Request for Information/Notice of Intent to Sole Source

Notice Date
10/24/2023 12:40:12 PM
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
 
ZIP Code
32403-5322
 
Solicitation Number
FA8051-20-D-0002-0005_and_FA8051-20-D-0007-0008
 
Response Due
11/7/2023 2:00:00 PM
 
Archive Date
11/22/2023
 
Point of Contact
James Garred, Phone: 8508320895
 
E-Mail Address
james.garred@us.af.mil
(james.garred@us.af.mil)
 
Description
The United States Air Force, Air Force Installation Contracting Center (AFICC), 772 Enterprise Sourcing Squadron (ESS), hereby provides notice of its intent to increase the maximum ordering ceiling on the Air Force Contract Augmentation Program (AFCAP) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contracts from $6.4 billion to $15 billion, using other than full and open competition, on the basis of the circumstances identified in FAR 6.302-1(a)(2)(iii).� The ceiling increase will be applicable to the current and remaining option periods of the IDIQ contract holders, including the option available under the clause FAR 52.217-8, Option to Extend Services. This limited source increase of the contract ceiling ensures continued execution of contingency, natural disaster, and humanitarian support services, as well as sufficient time to execute a competitive follow-on acquisition prior to 31 May 2028. Current AFCAP IDIQ holders are: FA8051-20-D-0002 � AMENTUM FA8051-20-D-0003 � ECC INTERNATIONAL, LLC FA8051-20-D-0004 � FLUOR INTERCONTINENTAL, INC FA8051-20-D-0005 � KELLOGG, BROWN & ROOT SERVICES, INC FA8051-20-D-0007 � READINESS MANAGEMENT SUPPORT, LC FA8051-20-D-0008 � VECTRUS SYSTEMS CORPORATION � This special notice is in accordance with FAR Subpart 5.2 and is neither a request for a competitive proposal nor a solicitation for offers.� This synopsis is to give notice of the Government�s intent to make limited source modifications to existing contracts.� A determination by the 772 ESS to not compete this requirement based on responses to this notice is solely within the discretion of the Government. The Government does not intend to conduct any �on-ramps� at this time since the basic IDIQ contract do not include �on-ramp� provisions and robust competition is being realized with the existing IDIQ contract holders. �� The Government�s immediate need is to modify the existing AFCAP IDIQs and increase the total contract ceiling to ensure the ability to support higher than expected contingency, natural disaster, and humanitarian support services in support of the Department of Defense through May 2028. �The ceiling increase will mitigate mission impact(s) across the DoD and allow sufficient time for adequate acquisition planning, a competitive solicitation process, and award of a follow-on AFCAP contract vehicle that will further provide fair opportunity competition for task order requirements. The current AFCAP IDIQ contracts were solicited under full and open procedures and all interested parties were made aware of the contract scope. The subject increase in capacity will not add any new technical scope or new contract line-item numbers to the original IDIQ contracts; only the total ceiling value will be adjusted to accommodate future ordering of in-scope requirements through the existing ordering period.� The 772 ESS is developing a strategy for a competitive follow-on to AFCAP, with a projected award in 2028. Conducting a source selection for a new AFCAP IDIQ follow-on is not in the Government�s best interest at this time. The Government requires the continuation of the originally contemplated period of performance until 2028, which will allow the program adequate time to plan for the follow-on contract to meet the evolving needs of the federal Government contingency, natural disaster, and humanitarian support services.� Planning will involve close study of the usage and lessons learned to-date and projected awards in the future.� It will be followed by market research to assess industry capabilities to support the evolving needs contingency support needs of the Air Force, which will help inform the appropriate acquisition strategy of the follow-on AFCAP IDIQ.� Failing to perform the subject increase would result in the Air Force�s inability to support real world contingencies, natural disaster recovery, and humanitarian support services.� �� The subject increase to the current AFCAP IDIQ contracts offers the most viable acquisition solution available for the continued provision of meeting these services.� It is likely that executing any kind of award process (to any other sources) at this time would result in unacceptable delays in fulfilling the agency�s requirements and substantial duplication of costs in establishing a similar IDIQ environment to the one that is already in place (which the Government could not recover through competition). Industry may respond to this notice completing the attached Questionnaire and submitting it via email to james.garred@us.af.mil no later than 4:00pm local time 07 November 2023.� Respondents shall not alter the questionnaire format.� Additional materials and information should not be submitted and will not be reviewed or considered.� Any responses/information submitted will be used for planning purposes only and shall not be considered as a commitment by the Government for any purpose.� Responses to this request for information are strictly voluntary and the Government will not reimburse respondents for any costs associated with the submittal of the requested information.� Any information submitted in response to this announcement is subject to disclosure under the Freedom of Information Act, 5 USC � 552(a).� The Government does not request that any proprietary information be submitted, nor shall the Government be liable for any consequential damages for any proprietary information submitted. ATTACHED:� Request for Information Questionnaire_AFCAP
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/375b94c60cf54dd7958a8966b1ca6789/view)
 
Place of Performance
Address: Tyndall AFB, FL 32403, USA
Zip Code: 32403
Country: USA
 
Record
SN06866545-F 20231026/231024230040 (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.