Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2024 SAM #8327
SOLICITATION NOTICE

S -- Base Operations Support (BOS) Services - Pittsburgh ARS, PA

Notice Date
9/12/2024 8:16:55 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
 
ZIP Code
15108-4495
 
Solicitation Number
FA671224R0003
 
Response Due
11/20/2024 1:30:00 PM
 
Archive Date
04/30/2025
 
Point of Contact
Juan Martinez, Phone: 2108161748, Ryan Scott, Phone: 4124748482
 
E-Mail Address
juan.martinez.82@us.af.mil, ryan.scott.34@us.af.mil
(juan.martinez.82@us.af.mil, ryan.scott.34@us.af.mil)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Awardee
null
 
Description
The 911th Air Wing located at Pittsburgh Air Reserve Station (ARS), Pennsylvania, has a requirement to manage and operate the following Base Operations Support (BOS) Services: (1) Tab B - Materiel Management, (2) Tab C - Ground Transportation and Vehicle Management, (3) Tab D - Traffic Management Operations, (4) Tab F - Real Property Maintenance and Services, and (5) Tab G - Fuels Management. See draft PWS for additional details. This is a Pre-Solicitation Notice only. This notice does NOT constitute a request for proposal, request for quote or invitation for bid. It is anticipated that the Official Solicitation will be published mid to late October 2024.The proposed contractual action will be a single award, five-year ordering period, Firm Fixed Price and Time and Material (TM), Indefinite-Delivery Indefinite-Quantity (IDIQ) service contract. A possible six-month option period IAW FAR 52.217-8 may be exercised at the task order level at the discretion of the Government. Annual task orders may contain all or some of the Tab functions identified above and will be based on Government need and/or contractor performance. Separate task orders may be written for a phase-in or phase-out period and/or future TM requirements. The IDIQ contract will be issued on an All-or-None basis. Evaluation of offers will utilize Subjective Tradeoff procedures IAW FAR 15.101-1 with an anticipated award date estimated on or around February 2025.This effort will be 100% set-aside for Woman-Owned Small Businesses (WOSBs). The solicitation will be posted on SAM.gov via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. A pre-proposal conference is tentatively scheduled to be conducted at Pittsburgh ARS, PA late October to early November. The date will be included in the official solicitation. A maximum of two individuals per company will be permitted to attend. Offerors wishing to attend will need to submit names of no more than two (2) individuals representing the company. Please be prepared to submit all visitors? full names, date of birth, driver?s license number and State, gender, race code and company information to Ryan Scott at Ryan.Scott.34@us.af.mil for sponsorship upon notification of the pre-proposal date. In order to allow for adequate space and transportation planning, no late submittals will be accepted. Race codes include: American Indian or Alaskan Native - I Asian or Pacific Islander - A Origin of racial groups of Europe, North Africa or Middle East, Caucasian or Hispanic - W Persons with origins in any of the racial groups of Africa - B No other race code available - U If visitors already have a DoD identification, please identify. Non-DoD visitors will be vetted upon arrival at the Visitor Center. Of note, if Non-DoD visitors have non-REAL ID compliant identification such as a driver?s licenses that states, Not for Federal Facilities or similar language, they must bring either a valid US Passport, Passport card, Nexus Card, TWIC, Veterans Identification Card, Resident Alien ID, or a Social Security card and a birth certificate which contains the raised seal. Of the latter two documents, plus the driver?s license, all three documents must bear the same name, or a former name as documented on acceptable name change documentation such as a court order, marriage certificate, or divorce decree. General entry denial criteria include active warrants of any kind, most felony convictions within ten (10) years, most misdemeanor convictions within five (5) years, and other convictions of serious crimes against persons at any time in the individual?s past. Significant trends of criminal history may also be grounds for denial of entry. There are some exceptions for certain non-violent offenses, such as a DUI conviction. The government reserves the right to limit the number of individuals per contractor based on availability of seats at the meeting location and bus seats. Before the conference, a bus tour of the premises will be provided. No photography while on base will be allowed. Should there be any change to the aforementioned date, the government will immediately notify all prospective offerors by way of sam.gov website. Funds are not presently available for this requirement. The Government?s obligation under this requirement is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this requirement and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. All contractors must be registered in the System for Award Management (SAM) program in order to receive a contract award. Contractors may access the Internet site at: https://sam.gov to register and/or obtain information about the SAM program. Paper copies of the solicitation will not be made available. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Questions may be submitted after the official solicitation posting using the tentatively scheduled RFP number FA671224R0003 Questions and Answer Worksheet that will be posted with the official solicitation. This worksheet will be used throughout the process and updated as often as necessary. Any questions shall be forwarded to the Primary Point of Contact (POC) via email. It is anticipated that access to Controlled Unclassified Information (CUI) will be necessary. Certain identified documents are not suitable for public release and will be made available upon request by requesting access through SAM. Only offerors who have complied with DFARS clause 252.204-7012 will be given access. Defense Federal Acquisition Regulation Clause 252.204-7012 requires all Department of Defense contractors and subcontractors to implement cybersecurity requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Protecting Controlled Unclassified Information in Nonfederal Systems and Organizations. Your NIST assessment results must be documented in the Supplier Performance Risk System (SPRS) at https://www.sprs.csd.disa.mil/. Offerors may go to the SPRS homepage for further information. NOTE: Any inquiries shall be made via email only. For access to files, please send an access request to both the primary and alternate Points of Contact along with your CAGE code. Please email both Juan Martinez at Juan.Martinez.82@us.af.mil and Ryan Scott at Ryan.Scott.34@us.af.mil. As a reminder, your NIST assessment results must be current (within the last three years of the solicitation date), and be documented in the Supplier Performance Risk System (SPRS) prior to access approval. Furthermore, if the summary assessment score is less than 110, please ensure the Plan of Action Completion Date shows the most current date of when the remainder of the NIST requirements are expected to be implemented.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e247654a273246c8a258d3440fa6a0fb/view)
 
Record
SN07208821-F 20240914/240912230120 (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.