Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA8730-20-R-0050
Amendments: 20200818 update- Supplemental information clarifying calculation for Total Evaluated Price (TEP) vs. Award: -The TEP is simply the evaluated price. This quantification is intended to captu...
Amendments: 20200818 update- Supplemental information clarifying calculation for Total Evaluated Price (TEP) vs. Award: -The TEP is simply the evaluated price. This quantification is intended to capture the collective impact of all quantity range rates. All offerors will be evaluated in the same fashion. Calculation of TEP will be accomplished in planned fashion to ensure contract quantity range rates are established through adequate price competition. The TEP will not represent total contract value and will be for evaluation purposes only. Funding and therefore invoicing will be at the order level. Once awarded, the TEP will not have bearing on the contract (Only the rates established by its evaluation will). Ultimately, these rates will be placed on contract pricing tables to be utilized for the award of orders in support CLS efforts. 20200817 update- Supplemental information clarifying the calculation of CLIN 0004 TEP for evaluation purposes: -The months and quantity of systems provided in columns C and D of the CLIN 0004 CLS section of the pricing workbook is information provided for offeror planning purposes only and will not be used in the Governments calculation of TEP for evaluation and selection for award. Interim Rule Implementation/Applicability: Please be advised DoD, GSA, and NASA issued an interim rule amending the Federal Acquisition Regulation (FAR) to implement section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2019 (Pub. L. 115-232). Section 889(a)(1)(B) prohibits executive agencies from entering into, or extending or renewing, a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, on or after August 13, 2020. IAW with this rule, the provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and clause at FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Effective August 13, 2020) are applicable to this solicitation and subsequent award. https://www.federalregister.gov/documents/2020/07/14/2020-15293/federal-acquisition-regulation-prohibition-on-contracting-with-entities-using-certain AMD 4-20200814- Responses to interested party questions attached to posting as "AMD 4 - TMQ 53 CLS Offeror Pre-bid Question Responses.pdf". This amendment also provides a revised pricing workbook inclusive of formulas to answer interested party questions. The revised workbook is titled "5L3. Section L Attachment L3 Pricing Workbook (V2).xlsx". AMD 3-20200813- Responses to interested party questions attached to posting as "AMD 3 - TMQ 53 CLS Offeror Pre-bid Question Responses.pdf". AMD 2-20200810- Responses to interested party questions attached to posting as "AMD 2 - TMQ 53 CLS Offeror Pre-bid Question Responses (Package).pdf". This amendment also extends the proposal due date from Monday, August 17 2020 at 1200 to Friday, August 21 2020 at 1600 EDT to allow finalization and execution of minor action driven by this amendment. AMD 1-20200803- Responses to interested party questions attached to posting as "AMD 1 - TMQ 53 CLS Offeror Pre-bid Question Responses_1.pdf" 1. The Weather Branch in the Aerospace Management Systems Division of the Air Force Life Cycle Management Center (AFLCMC/HBAK) invites companies to submit a proposal to the subject RFP. Proposals will be due no later than 12:00 p.m. EDT on Monday 17 August 2020, after the release of RFP has been posted to Beta.SAM.gov. Proposals must be submitted to the Procuring Contracting Officer (PCO), Dan Lavoie, and signatory PCO, Capt. Desmond Awadzi, at AFLCMC/HBAK, 75 Vandenberg Drive, Hanscom AFB, MA O 1731 in accordance with Section L - Instructions to Offerors. 2. This solicitation is published as a total small business set-aside. The Government has determined, IAW FAR Subpart 19 .102, that the NAICS classification of 541990- All Other Professional, Scientific, and Technical Services (index best describes the principal nature of the product and service being acquired and represnts the greatest percentage of the contract price. IAW US CFR §121.20, This classification is assigned a Small Business Association (SBA) size standard of annual receipts of less than $16.5M. If you disagree with this assessment of a total set-aside please notify the Contracting Officer within seven (7) days of notice. 3. The proposal shall state a validity period of one hundred and eighty (180) calendar days from the date of submittal. 4. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." 5. Any contract that results from this solicitation will be an indefinite delivery, indefinite quantity contractual ordering vehicle. The Government will evaluate and establish a contract vehicle with a five year base ordering and performance period with a one year concurrent option for both ordering and performance as well as a six month concurrent option to extend for performance only. Funds for any agreed upon minimum order and future orders will be obligated by delivery/task order and not by the contract which directly results from this solicitation.