Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W58RGZ-22-R-0073
The Section L and M updated versions were meant to be posted in Word showing track changes. The pdf version of Section M was missing 252.245-7003 Contractor Property Management System Administration f...
The Section L and M updated versions were meant to be posted in Word showing track changes. The pdf version of Section M was missing 252.245-7003 Contractor Property Management System Administration from the bulleted list in Section 2.3 FACTOR 3 - COST/PRICE (Volume IV), paragraph (c) Business System. Please work from the Word track changes versions of Section L and M dated 21 June 2022. ========================================================================== Solicitation W58RGZ-22-R-0073 “Section L Instructions to Offerors” and “Section M Evaluation Factors for Award” have been updated to clarify that: While Offerors without acceptable business systems are not precluded from submitting a proposal, business systems will be verified and evaluated and must be found acceptable in accordance with the below clause requirements prior to award to be eligible for award. • 252.242-7006 Accounting System Administration • 252.244-7001 Contractor Purchasing System Administration • 252.245-7003 Contractor Property Management System Administration In turn, two clauses: a) 252.244-7001 Contractor Purchasing System Administration and b) 252.242-7006 Accounting System Admin are being added to the RFP as they were inadvertently left out of Section I. (Note 252.245-7003 Contractor Property Management System Administration was already in the RFP.) Offerors may request USG assistance with coordinating DCMA/DCAA review of business systems as necessary. Other than the 21 June 2022 versions of Section L, Section M as listed in Section J of the amended SF 33 Solicitation, and the addition of the two above clauses in Section I, no other documents have been updated and the proposal due date remains unchanged. ========================================================================= This is Amendment #2 - Questions and Answers Attached are the Government Responses to two (2) questions. This is the final Q&A set for this requirement. Please note that the time alloted for questions and answers is over. Any other submission of questions will not be addressed. As a result of these changes, the RFP due date has been extended to 28 June 2022. ================================================================== This Request for Proposal (RFP) is being amended to incorporate the Government responses to industry questions; to update the Contracting Officer/Contract Specialists; to incorporate revised RFP Documents and to extend the RFP due date to 21 June 2022. The new Contracting Officer will be Michael P. Jennings - michael.p.jennings.civ@army.mil. The new Contract Specialist is Julie Nelson - julie.w.nelson.civ@army.mil. The documents that have been revised and are now incorporated are as follows: Attachment 0007 – Section L Design ES dated 11 May 2022 Attachment 0007 Section L - Appendix B Design ES dated 11 May 2022 Attachment 0002 PWS Design ES Task Order 0001 dated 11 May 2022 The United States Government (USG) hereby issues this Request for Proposal (RFP) in anticipation of a Cost Plus Fixed Fee (CPFF), and Firm-FIxed Price (FFP), total Small Business set-aside and cost reimbursement Indefinite Delivery Indefinite Quantity (IDIQ) for Soldier(S) Unmanned Aircraft Systems (UAS) Design and Development Engineering and Services contract. This requirement will provide engineering support for Group I UAS, which consists primarily of the Short-range Reconnaissance (SRR), Medium Range Reconnaissance (MRR), and Long-Range Reconnaissance (LRR) aircrafts as well as the Handheld Ground Control Station (H-GCS). Offerors shall submit their questions directly to Julie Nelson at julie.w.nelson.civ@army.mil or request a password in order to submit your questions to Ms. Nelson via the Department of Defense Secure Access File Exchange (DoD SAFE) website. All questions are due by 5:00pm, CST on Friday, 06 May 2022. Questions will be addressed on Tuesday, 17 May 2022. Proposals are due by 12 Noon, CST on Tuesday, 21 June 2022 and should be sent via email to Julie Nelson at julie.w.nelson.civ@army.mil or request a password from Julie Nelson in order to submit your proposals via the Department of Defense Secure Access File Exchange (DoD SAFE) website. The Government intends to award a single IDIQ contract with the individual offeror whose proposal provides Best Value to the USG based on Source Selection Procedures, with a base plus four (4) Option Year ordering period IAW the PWS, Attachment 0001 - Performance Work Statement (PWS) Design ES Base, dated 11 March 2021. Please refer to Attachments 0007 and 0008 (Instructions to Offerors) for more detailed information. The USG also intends to award Task Order 0001 entitled, "Attachment 0002 PWS Design ES Task Order 0001 dated 11 May 2022" as a result of this solicitation.