Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOLICITATION NOTICE

D -- AFGSC Electronic Technical Order Client Device and Technical Library Sustainment

Notice Date
3/6/2025 11:55:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA6800 AFICC 767 ESF BARKSDALE AFB LA 71110-2269 USA
 
ZIP Code
71110-2269
 
Solicitation Number
FA680025R0002
 
Response Due
3/7/2025 11:00:00 AM
 
Archive Date
03/22/2025
 
Point of Contact
Capt Natalie Norlock, Phone: 9374431575, Kate Bukowski
 
E-Mail Address
natalie.norlock@us.af.mil, katherine.bukowski.1@us.af.mil
(natalie.norlock@us.af.mil, katherine.bukowski.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 04 CLARITY OF NITACC FEE In your submissions, if you do not have an existing contract vehicle that this contract could fall under, please set the NITACC Fee as $0. If you do have a contract vehicle (D contract) that this work could be a task order from, we request you submit the fee amount with your proposal. NOTE: THIS FEE WILL NOT BE INCLUDED IN CALCULATING THE TOTAL EVALUATED PRICE FOR EACH OFFERER. AMENDMENT 03 FOR PPQ UPDATE: The PPQ has been reuploaded with the correct POC. AMENDMENT 02 FOR PROPOSAL EXTENSION REQUEST: Due to the delay on answer submitted questions but also concerns for a timely award, the proposal due date has been extended to Friday, 7 March, at 1400 central time. AMENDMENT 01 FOR QUESTIONS RECIEVED 14 FEB: Q1: On Page 8, Section 4.1, the RFP states that Functional System Administrator (FSA) must have 4.1.1. CompTIA Security+ certification. Q: Would CompTIA CYSA+ certification be acceptable in place of Comp TIA Security + certification? A1: No, that certification isn�t acceptable for the AFNET Q2: (Combined Solicitation, Page 5) - What is expected to be submitted as part of the Technical Acceptability Subfactor 1 - eTools Service Technician (FSA)? Does the Government expect resumes to be submitted to demonstrate capability? If so, how many resumes are required? A2: Resumes aren�t expected please provide a plan for hiring qualified employees. Q3: (Combined Solicitation, Page 5) - Technical Acceptability Subfactor 3 - CME Resume Certification. Are vendors only required to submit a signed Attachment 2 from the contractor staff in response to this subfactor as the requirements noted on Page 5 appear to be duplicated with the requirements of Subfactor 4 CME Management Plan/Phase In and Out? A3: Yes, this provides proof there are interested qualified applicants. Q4: (PWS Section 8) � Can the Government provide timeline for the phase-in and phase-out period? A4: Due to the short timeline, the government will try for 2 weeks of overlap, however the contractor will not be peanolized if it is shorter. Q5: (Combined Solicitation, Page 12) List of Attachments. Attachment 5: Past Performance Questionnaire is provided as part of the attachments for this solicitation, but no instructions are provided in C.2 or within the Basis of Contract Award, Page 7 of the RFQ. If PPQ�s are required, can the Government provide detailed instructions and the associated evaluation criteria? A5: PPQ's will be evaluated for any non-compliance with the PWS they are associated with. If there is any, has the company corrected the issue in a timely manner or are they in the process of correctingly. Secondly, it will be considered as to who (government or contracctor) identified the discrepency. Any descrepency will negate any potential above satisfactory ratings as mentioned by the questionaire filer. Q6: (Combined Solicitation, Page 3, C.2) PART II � PAST PERFORMANCE INFORMATION � Will the Government allow CPARS in lieu of PPQs? A6: PPQ's reflect current work that hasn't been captured on completed CPARs. This information is necessary for the contracting officer to make an informed decision for award. Q7: May we use CPARS instead of the Past Performance Questionnaire? A7: Refer to A6. This solicitation is a follow on to the current contract FA680020F0007 with Syneren Technologies Corporation that is set to expire on 27 March 2025. A sources sought was posted on sam.gov with the response date of 2 December, 2024 (FA680025R1001). Questions were submitted in response to the sources sought and their answers are attached to this solicitation. This total small business set aside solicitation, allows for further questions, by adding questions to the bottom of the attached sources sought Q and A Email questions by the specific deadline of the combined solicitation to natalie.norlock@us.af.mil. If submission of proposals can be accomplished through this system, please utilize it. DoD File Share, as specified in the combined synopsis, is a back up plan if emails would be too large and this system is not allowing submissions. The work will require personnel at the follow locations:1. Barksdale AFB, 2. Minot AFB (to include their missile wing), 3. Whiteman AFB, 4. Dyes AFB, 5. Ellsworth AFB, 6. F.E. Warren AFB, 7. Malmstrom AFB, and 8. Vandenberg AFB
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0c47dce009d14659ae930859a7a49ae7/view)
 
Place of Performance
Address: Barksdale AFB, LA 71110, USA
Zip Code: 71110
Country: USA
 
Record
SN07363036-F 20250308/250307152909 (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.