SOLICITATION NOTICE
R -- A4LR BUSINESS PROCESS ENGINEERING (BPR) SOLICITATION (Amendment 3)
- Notice Date
- 1/26/2024 11:59:17 AM
- Notice Type
- Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FA7014-24-R-0011
- Response Due
- 2/2/2024 7:00:00 AM
- Archive Date
- 02/17/2024
- Point of Contact
- Shannon Weston, Keisha Teixeira
- E-Mail Address
-
shannon.weston.1@us.af.mil, keisha.teixeira.1.ctr@us.af.mil
(shannon.weston.1@us.af.mil, keisha.teixeira.1.ctr@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The Air Force A4 Logistic Readiness (LR) is tasked with developing and facilitating logistics readiness, policy and program management of supply chain management, support equipment, ground transportation, and distribution management. While the AF pursues implementation of an integrated enterprise solution for life cycle management of all materiel, the AF requires information technology support services to develop and deliver integrated policy, training and management of support equipment, materiel, ground transportation, and distribution across all theaters of operations. The Contractor shall participate in meetings such as integrated product teams and working groups; providing draft documentation such as policy/guidance publications, plans, briefings, and staffing papers that are consistent with AF procedures/processes; and planning and coordination of activities within and external to A4L: Contractor shall have a dedicated point of contact (i.e. Program Manager, Team Lead, etc.) to coordinate all tasks, sub-tasks, and issues. This is a Single Award for 1 (one) 12-month base period and 4 (four) 12-month option periods beginning on 28 February 2024. This effort is a competitive 8(a) set aside January 3, 2024: Question and Answers posted January 4, 2024: Additional Question and Answers Posted. Amendment 1: Updated the PWS to account for an additional key personnel, which is also reflected in the Uniform Pricing Template. The Past Performance Questionnaire has been updated to reflect a due date that matches the overall proposal submission. January 17, 2024: Additional Question and Answers Posted. Amendment 2: Updated Attachment 2 FAR 52.212-1 Addendum ITO. Updated Attachment 4 Uniform Pricing Template.� January 22,� 2024:� Amendment 3: Updated Solicitation FA7014-24-R-0011, adjust all travel CLINs so that it reflects a Not to Exceed price of $70,000 and change the Contract Type FROM: Firm Fixed Price TO: Cost no Fee. The contractor must sign and submit the SF1449 from the original posting as well as this Amendment 3 posting. The previous Amendments did not require a change to the SF1449, so they were not included and do not require a signature.� January 26, 2024: Extended the due date until February 1, 2024 to allow for updates regarding the Transition Plan expected to be released on Monday, January 29, 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/503f5613894b4ce5b304840b06308d8e/view)
- Place of Performance
- Address: DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN06946697-F 20240128/240126230044 (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 |