Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

R -- Niagara BOS FY21

Notice Date
4/7/2021 9:32:13 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA6643 AF RESERVE CMD HQ AFRC PK ROBINS AFB GA 31098-1637 USA
 
ZIP Code
31098-1637
 
Solicitation Number
FA667021NIAGARABOS
 
Response Due
4/30/2021 9:00:00 AM
 
Archive Date
06/30/2021
 
Point of Contact
Craig Keelen, Phone: 478-327-0815
 
E-Mail Address
craig.keelen@us.af.mil
(craig.keelen@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
6 Apr 21 UPDATE: The purpose of this update is to publish the pre-proposal conference slides. Also, it is to make clear that this notification is the official release of the Request for Proposal. As of this update proposals are due 30 Apr 21, however, that will most likely change due to the delay in releasing amendment 1.� 9 Mar 21 UPDATE: A preproposal conference will be conducted at Niagara ARS, NY on 6 April 2021. Participants will meet at 8:45a.m at 2720 Kirkbridge Dr, Bldg 800, Room 1030, Niagara Falls, NY 14304. Special arrangements are required to gain access to Niagara Falls ARS. �In order to attend the site visit, interested parties MUST submit the attached Entry Access Request.� The Entry Access Request MUST be received by the Contracting Office at least 5 business days prior to the site visit; failure to submit request prior to five business days before hand may result in denial of base access for the site visit. �Requests for attendance should be forwarded to Stephany Johnson, Contracting Officer, at stephany.johnson@us.af.mil. �Attendees are limited to maximum one (1) person per Offeror. Additionally, offerors are cautioned that Niagara Falls ARS has visitor control procedures requiring individuals to obtain a visitor pass prior to entrance. �DELAYS SHOULD BE ANTICIPATED. �Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver�s license, vehicle registration, and current proof of insurance if driving, valid state or government issued ID if passenger). Participants are required to wear a mask while attending the site visit. If a proper face mask is not used, the individual may not be allowed to participate in the site visit to the full extent. All questions regarding this solicitation and any questions generated from the site visit/preproposal conference must be submitted in writing to Craig Keelen, craig.keelen@us.af.mil NLT 9 April 2021. �Answers will be posted on https://beta.sam.gov/.� 3 Mar 21 UPDATE: The purpose of this update is to�publish the RFP Q&A #2�document. 24 Feb 21 UPDATE: The purpose of this update is to provide contact information for the new PCO assigned to this action. Contact information can be viewed in the Contact Information section of this posting. 2 Dec 20 UPDATE: The purpose of this update is to advise that the RFP (and subsequent contract award) is subject to FAR clause 52.232-18, Availability of Funds. The clause will be formally incorporated via future RFP amendment. The purpose of this update is also to publish the RFP Q&A #1 document. 6 Nov 2020 UPDATE: The purpose of this update is to publish the RFP and its attachments. RFP amendment(s) are projected in the near term to provide firm proposal due date, update PoP dates within CLINs, revise clauses if any updates have occurred, and address EBS section of PWS. Additional schedule notes are as stated in the RFP and restated as a courtesy on this notice: SCHEDULE NOTES: Although this is a follow-on service acquisition to an existing contract, this solicitation has been completely rewritten/updates and contains significant changes from the existing contract. Offerors are cautioned to read the�solicitation in its entirety and make note of all changes, including, but not limited to, the contract is now a�commercial contract, Mobilization/De-Mobilization (Phase-in/Phase-out) periods of performance have been�added, cost-reimbursement type CLINs are no longer included, etc. Offerors are reminded that there will be a pre-proposal conference after solicitation release, to discuss (but not�limited to) the following schedule notes. At this time due to COVID-19 health and safety measures, the preproposal�conference nor the site visit can be scheduled. If and when the pre-proposal conference and/or the site�visit is scheduled, the date(s), time(s) and participation instructions will be posted on beta.sam.gov. Please refer�to the Bidders Library, Attachment�13,�for additional information, to include technical manuals, guide�books, and user guides. The Question and Answer (Q&A) period will have a hard cut-off date and time (as stated in the beta.sam.gov�posting notice). Questions received after the cut-off date and time may or may not be answered at the discretion�of the Procuring Contracting Officer PCO. It is recommended that offerors review the solicitation in its entirety�immediately to ensure the timely submission of questions. All workload requirement estimates stated in the solicitation are current and have been validated as correct as of�the date of the RFP release. Offerors should not assume errors in the workload requirement estimates and, thus,�depend on submitting Requests for Equitable Adjustments after award. If an offeror has any questions regarding�workload requirement estimates, it is recommended that offerors submit questions pertaining to workload�requirement estimates during the Q&A period as again, offerors should not assume errors in the workload�requirement estimates and depend on submitting Requests for Equitable Adjustment after award. All Government Furnished Property (GFP) lists provided in the solicitation are current and validated as correct�as of the date of the RFP release. Offerors should not assume errors in the GFP and, thus, depend on submitting�Requests for Equitable Adjustments after award. If an offeror has any questions regarding GFP, it is�recommended that offerors submit questions pertaining to GFP during the Q&A period as again, offerors should�not assume errors in the GFP and depend on submitting Requests for Equitable Adjustment after award.�Offerors are further cautioned to understand GFP provisions/clauses and required management of GFP. Any�equipment, facilities, etc., determined to be required for performance of this requirement but is not identified as�GFP, shall be the responsibility of the offerors. There will be no GFP above and beyond the GFP identified in�this solicitation. The Mobilization/De-Mobilization CLINs represent the Phase-Out/Phase-In periods described in the FAR�52.237-3, Continuity of Services. For this acquisition, the period of performance for mobilization is 60 calendar�days and 60 calendar days for de-mobilization. This is a Firm Fixed Price commercial contract. Offerors shall�submit initial mobilization/de-mobilization plans with their proposal. The successful awardee will submit a�Transition Plan IAW FAR 52.237-3, Continuity of Services. Offerors are reminded to understand and comply with the mandatory labor laws specific to this service location.�Reference Service Contract Act, Davis Bacon Act, Collective Bargaining Agreement, Attachments 8, 9, 10, and 11. Although this is a Performance Based Services Acquisition, the successful awardee's Manning Matrix shall be�incorporated into the contract as an attachment with related service summary thresholds.� Emergency Bench Stock (EBS) information will be provided via forthcoming Amendment. Offerors are reminded that many contract provisions and clauses have changed since the award of the existing�contract, for example but not limited to the addition of the following FAR clauses: FAR 52.219-14, Limitations�on Subcontracting, FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video�Surveillance Services or Equipment, and FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation, etc. Any inconsistencies in this solicitation or contract shall be resolved in accordance with FAR 52.212-4(s), Order�of precedence. //////////////////////END OF UPDATE///////////////// 6 May 2020 UPDATE: The purpose of this update is to attach Questions and Answers from Draft�RFP and provide the following information to industry: *General reminder: The instant Westover BOS acquisition is not the same as�prior acquisitions for similar services. Offerors must read through the draft�documentation (and final RFP when released) in its entirety, as many�changes have been made. *Q&A period: There are several BOS acquisitions running in parallel: March�BOS, Niagara BOS, Homestead BOS, and Westover BOS. In the event a�duplicate question is submitted for Westover BOS that has already been�answered for one of the other efforts, it will not be answered again. Further,�the Q&A for these other efforts may be of interest to offerors for the instant�acquisition. In other words, offerors are encoraged to monitor all four�postings.� To clarify:��There are similarities across the board for the four BOS acquisitions currently in work. We concur that every BOS effort does/will stand alone, and we will respond to questions as appropriate. To date, the questions received for each of the four efforts have all been answered and posted to the applicable beta.sam.gov announcements. However, we also highly recommend that vendors monitor the other solicitations, as information contained therein may be beneficial.� *Site visit: After final RFP release, site visit may be conducted via a video�recording due to COVID-19 travel/access restrictions. This is subject to�change as the COVID-19 environment changes. More information will be�included in the final RFP release. ///// End of update ///// ***DRAFT RFP***Questions/Comments Due 6 April 2020, 5:00 PM Est Daylight Niagara ARB proposes to award a new Firm Fixed Price (FFP), FFP Not to Exceed, and FFP TBD commercial contract. This requirement will be solicited as a 100% SDVOSB set-aside IAW FAR 19.1405. This effort will be a Lowest Price Technically Acceptable with price realism source selection conducted in accordance with FAR Part 15. The resulting contract will include a two-month mobilization period in accordance with (IAW) FAR clause 52.237-3 Continuity of Services; a basic period of twelve-months and four one-year options. The contract will also contain provisions for an extension of up to six months IAW FAR clause 52.217-8, Option to extend services and a two-month demobilization period IAW FAR clause 52.237-3 Continuity of Services.� The resulting contract will have a maximum period of performance (POP) of 70 months. The anticipated CLIN structure is as follows: 0001 Mobilization Period FFP 0002 Material Mgmt. FFP 0003 Fuels Mgmt. FFP 0004 Ground Transportation And Vehicle Mgmt. FFP 0005 Traffic Mgmt. FFP 0006 Real Property Mgmt. FFP 0007 Real Property Services - Pavement Clearance FFP 0008 Real Property Services - Pest Control FFP 0009 Real Property Services - Facility Mgmt. FFP 0010 Real Property Services - Grounds Maint. FFP 0011 Real Property Mgmt. Service Call/DBA FFP NTE Block 1 0012 Real Property Services - Service Call Pavement Clearance FFP NTE Block 1 0013 Real Property Services - Service Call Pest Control FFP NTE Block 1 0014 Real Property Services - Service Call Facility Mgmt. FFP NTE Block 1 0015 Real Property Services � Service Call Grounds Maint. FFP NTE Block 1 0016 Material Mgmt. Over & Above Option FFP TBD (TBN) 0017 Fuels Mgmt. Over & Above Option FFP TBD (TBN) 0018 Ground Transportation And Vehicle Mgmt. Over & Above Option FFP TBD (TBN) 0019 Traffic Mgmt. Over & Above Option FFP TBD (TBN) 0020 Ground Transportation And Vehicle Mgmt. Parts/Material � FFP NTE 0021 Ground Transportation And Vehicle Mgmt. Parts/Material � Backlog � Option FFP NTE (TBN) 0022 Crisis/Natural Disaster Support All Option FFP TBD 0023 Travel All Option FFP TBD (TBN) 0024 Data FFP 0025 Real Property Mgmt. Service Call/DBA FFP NTE Option Block A 0026 Real Property Mgmt. Service Call FFP NTE Option Block B 0027 Real Property Mgmt. Service Call FFP NTE Option Block C 0028 Real Property Services - Service Call Pavement Clearance FFP NTE Option Block D 0029 Real Property Services - Service Call Pavement Clearance FFP NTE Option Block E 0030 Real Property Services - Service Call Pavement Clearance FFP NTE Option Block F 0031 Real Property Services - Service Call Pavement Clearance FFP NTE Option Block G 0032 Real Property Services - Service Call Pest Control FFP NTE Option Block H 0033 Real Property Services - Service Call Pest Control FFP NTE Option Block I 0034 Real Property Services - Service Call Facility Mgmt. FFP NTE Option Block J 0035 Real Property Services - Service Call Facility Mgmt. FFP NTE Option Block K 0036 Real Property Services � Service Call Grounds Maint. FFP NTE Option Block L 0037 Real Property Services � Service Call Grounds Maint. FFP NTE Option Block M 0038 Demobilization Period FFP This requirement is for Base Operations Support (BOS) Services at Niagara Air Reserve Station (ARS), NY to include all personnel, supervision, equipment, tools, materials, test equipment, supplies, and services necessary to accomplish the following functions:� (1) Material Management - providing Material Management flight services under the Logistics Readiness Squadron (LRS).� (2) Ground Transportation and Vehicle Management provides accountability management, and maintenance services for the base vehicle fleet, selected registered and non-registered equipment, and transient vehicles.� (3) Traffic Management Operations provides a full range of traffic management services for base organizations, to include day-to-day, exercise and contingency operations.� (4) Real Property Maintenance - provides preventive maintenance (PM) and corrective maintenance (CM) service calls for facility maintenance for all real property, Real Property Installed Equipment (RPIE), and Real Property Similar Equipment (RPSE).� (5) Fuels Management - providing fuels management services to wing, tenant, and transient organizations, as defined by the Performance Work Statement (PWS). All functions in the PWS are considered mission essential services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a33643b5b74e40a6aefb5752daff9001/view)
 
Place of Performance
Address: Niagara Falls, NY, USA
Country: USA
 
Record
SN05964805-F 20210409/210407230113 (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  © 1994-2020, Loren Data Corp.