Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2024 SAM #8156
SOLICITATION NOTICE

A -- Rapid Technology Augmentation Support (RTAS)

Notice Date
3/25/2024 2:07:52 PM
 
Notice Type
Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
GSA FAS AAS REGION 4 ATLANTA GA 30308 USA
 
ZIP Code
30308
 
Solicitation Number
47QFSA24R0006
 
Response Due
4/4/2024 11:00:00 AM
 
Archive Date
04/19/2024
 
Point of Contact
Randi Williams, Phone: 4048611364, Rusty Singleton, Phone: 4783839031
 
E-Mail Address
randi.williams@gsa.gov, rusty.singleton@gsa.gov
(randi.williams@gsa.gov, rusty.singleton@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
3-25-2024 - Amendment 0001 The RFP and Attachment A documents have been updated and replaced with documents dated 03-25-2024.� RFP changes are identified in an ""AMENDMENT 0001 INFORMATION"" paragraph added to the end of Section A, and the changes are in red text (tracked changes). There is no change to the due date and time for Phase I proposals. 3-19-2024 RFP Description Text This is a Request for Proposal (RFP) for commercial services prepared in accordance with the format in FAR 15.204-1, as supplemented with additional information included in this notice. The resulting contract will be a Single Award Indefinite-Delivery Indefinite-Quantity (IDIQ). This acquisition utilizes a two-phased approach. Offerors will have 16 days for Phase I responses, and offerors who choose to continue to Phase II will have 14 days for Phase II responses. The timelines within the RFP are intentionally minimal to represent similar timelines to those the awardee will experience for actual task order awards. The place of performance shall be the contractor�s location which must be located within 50 miles of 2241 Avionics Cir, Wright Patterson Air Force Base (WPAFB), Dayton, OH 45433. Classification requirements are included in the Place of Performance paragraph. The contractor shall maintain a Facility Clearance (FCL) in accordance with the stated requirements and shall maintain full accreditation throughout contract and task order performance. It is anticipated a minimal amount of the work may be performed at WPAFB or other sites as negotiated at the task order level. The United States Air Force Research Laboratory (AFRL), Rapid Technology Integration Office (RTIO), WPAFB, Dayton, OH has a requirement to procure Rapid Technology Augmentation Support (RTAS) to support the AFRL Spectrum Warfare Division, AFRL/RYW. This requirement is being solicited, awarded, and managed by the General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services (AAS). The GSA APEX 2 Sector 1 is seeking an experienced, qualified, and capable contractor source to satisfy the RTIO�s RTAS requirements. The anticipated period of performance of the resulting IDIQ (if issued) will consist of a one-year basic and four one-year option periods, in addition to a six-month Extension of Services (EOS) period in accordance with FAR 52.217-8, Option to Extend Services. The Government estimates a Rough Order of Magnitude (ROM) for the total requirement to be between $40M and $71M with total base year task orders estimated at ~$11M and Option Years 1 (OY1) � 4 estimated at ~$12M � ~$14M each. The North American Classification System (NAICS) code for this requirement (based upon the predominance of the work) is 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The Product and Service Code (PSC) is AC33 - National Defense R&D Services; Defense-Related Activities; Experimental Development. The size standard for this NAICS is 1,000 employees. The RTAS effort will support the warfighter through the integration of various commercial off the shelf (COTS) components and government off the shelf (GOTS) components utilizing superior systems engineering principles to deliver unique capabilities that are both functional and secure. This technology integration includes the entire cycle, from assessment through production and sustainment. The customers of AFRL/RYW are composed of a wide spectrum of users that include Senior Leadership in the United States Government (USG), Combatant Commands, Intelligence Agencies, and other Department of Defense (DoD) entities. Deployment solution environments may include in-garrison, mobile use, traveling, austere locations, and wartime conditions. These environments may be permissive or denied depending on the specific application and use case. The projected Period of Performance (PoP) for this effort would be a base year with 4 option years, and an optional extension of services period of 6 months. If awarded within the projected timeline, the PoP (including all option periods) would span from July 2024 to December 2029. The contractor may be required to work non-standard hours, weekends, and/or holidays to meet development timelines, customer test schedules, and customer deployment timelines as dependent upon the needs of the government as described in individual task orders. The IDIQ award will include Firm Fixed-Price (FFP) Contract Line-Item Numbers (CLINs) and Cost Reimbursable-No Fee (CRNF) CLINs for Supplies and Travel. Task Orders (TO�s) issued under this IDIQ may focus on technology integration at any phase or all phases of the lifecycle as defined in the specific requirement. Task Orders (TOs) issued under this IDIQ may focus on technology integration at any phase or all phases of the lifecycle as defined in the specific requirement. There is a current need for RTAS services which will be addressed on Task Order 01 (TO1), to be awarded along with the IDIQ.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8d745faef2904b8a9145acbdcba55fec/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN07007483-F 20240327/240325230050 (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.