MODIFICATION
R -- Base Operations Support (BOS) Services - Pittsburgh ARS, PA
- Notice Date
- 3/19/2025 6:45:10 PM
- Notice Type
- Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
- ZIP Code
- 15108-4495
- Solicitation Number
- FA671225R0001
- Response Due
- 5/14/2025 1:30:00 PM
- Archive Date
- 11/15/2025
- 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 Management and Maintenance Services, and (5) Tab G - Fuels Management. See PWS for additional details. 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 mobilization or de-mobilization 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 August 2025.This effort will be 100% set-aside for Woman-Owned Small Businesses (WOSBs). A pre-proposal conference is scheduled to be conducted at Pittsburgh ARS, PA on 2 April 2025 at 0830 local time. A maximum of three individuals per company will be permitted to attend. Offerors wishing to attend will need to submit names of no more than three (3) 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 no later than 25 March 2025. See Attachment 21, Base Access Requirements for further details. In order to allow for adequate space and transportation planning, no late submittals will be accepted. 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. 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 RFP number FA671225R0001 Questions and Answer Worksheet. The deadline for any questions, concerns, and/or requests for clarification is seven (7) calendar days after the pre-proposal conference. The Government will not respond to submissions past the deadline. The Question-and-Answer worksheet will be used throughout the process and updated as often as necessary. Questions shall be forwarded to the Primary and Alternate Points 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 through SAM.gov. Only offerors meeting the requirements of Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, cybersecurity requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Protecting Controlled Unclassified Information in Nonfederal Systems and Organizations and DFARS clause 252.204-7020 NIST SP 800-171 DoD Assessment Requirements, will be granted access to CUI. Offeror?s NIST assessment results must be documented in the Supplier Performance Risk System (SPRS) at https://www.sprs.csd.disa.mil/. Offerors must have a minimum assessment score of 88 for conditional access to CUI. Offerors may go to the SPRS homepage and use the vendor quick reference guides to complete the process. An SPRS support number may also be found on the bottom of the homepage for assistance on completing the process. 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/0af72d84534d4309a1879eaffc0c2ae4/view)
- Record
- SN07377057-F 20250321/250319230045 (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 |