The contract award will provide flying squadron functional support towards non-flying duties of pilots/weapons duty officer (WDO) for operations training (scheduling and training functions), operations standardization and evaluations (scheduling, standardization and evaluation), WDO standardization and evaluation (assistant to government security manager), unit deployment manager (UDM) (prepare and process individual deployments), and operations group and evaluation administration (OGV) (group level standardization and evaluation functions and maintenance of Patriot Excalibur (PEX) and/or Graduate Training Integration Management System (GTIMS)). For the breakdown of FTEs per facility, please see Appendix D: Positions on location, of the draft SOW attached.
CONTRACT TYPE/ANTICIPATED PERIOD OF PERFORMANCE: The anticipated contract will be a Firm-Fixed Price contract. Period of Performance: one (1) 12 month base period year and four (4) 12 month option periods. The resultant contract award will include FAR Clause 52.217-8, Option to Extend Services for a period of performance not to exceed a six (6) month extension of services. The total period of performance shall not exceed 5 (five) years and 6 (six) months.
PROJECTED CONTRACT AWARD DATE: On/about 30 August 2020.
The results of this RFI/SS will also be used as an effort to identify competition, qualified potential sources, and promote full and open competition to the maximum extent practicable in accordance with IAW FAR Part 19, FAR Part 10, FAR Part 6, FAR Part 5, and the Competition in Contracting Act (CICA), 41 U.S.C. 253.
TOTAL SMALL BUSINESS SET-ASIDE: The Contracting Officer will use the responses received from this notice to determine if a total small business set-aside is appropriate. The Contracting Officer must determine if there is a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery IAW FAR 19.502-2(a) and FAR 19.203.
PARTIAL SMALL BUSINESS SET-ASIDE: This requirement is for non-personal services which are non-severable. As a result, the Contracting Officer currently has determined this requirement is not suitable for a partial set-aside IAW FAR 19.502-3(a)(2).
FULL AND OPEN COMPETITION: Contracting Officers shall provide for full and open competition through use of the competitive procedure(s) contained in this subpart that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government's requirements efficiently IAW FAR 6.101(b).
MULTIPLE AWARD: IAW FAR 8.004(a)(2), Services, agencies are encouraged to look at sources in FAR 8.004(a)(1), Supplies, of Federal Supply Schedules, Government wide acquisition contracts (GWAC), multi-agency contracts, and any other procurement instruments intended for use by multiple agencies, including blanket purchase agreements (BPAs) under Federal Supply Schedule contracts. General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) GWAC was utilized for the current contract GS00Q14OADU109; Task Order: FA521517F7004, and after review the OASIS Office review of this requirement has found it to be within scope of Group Pool 1 with NAICS 541611 - Administrative Management and General Management Consulting Services.
PROCUREMENT HISTORY FOR SIMILAR SERVICES: Award Date: 21 Sep, 2017; Acquisition type: Unrestricted; Contract number: GS00Q14OADU109; Task Order: FA521517F7004; Contractor: HII Mission Driven Innovative Solutions Inc.; Cage: 0MWW4. The current contract supports twelve (12) facilities at seven (7) locations across three (3) countries with sixty-two (62) FTEs.
BUSINESS SIZE STANDARD: Currently, the Contracting Officer views the North American Industrial Classification System (NAICS) code and related small business size standard outside of GSA OASIS to be 561110 - Office Administrative Services at $7.5 million.
INDUSTRY EXCHANGE IAW FAR 15.201(b) The purpose of exchanging information is to improve the understanding of Government requirements and industry capabilities, thereby allowing potential Offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality supplies and services, including construction, at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. The sections below are included to help facilitate these exchanges.
IAW FAR 15.201(c)(4), the Contracting Officer may host one-on-one meetings with any or all potential Offerors who provide an adequate response to the RFI/SS, without further public notice.
IAW FAR 15.201(f), general information about agency mission needs and future requirements may be disclosed at any time. After release of the solicitation, the Contracting Officer must be the focal point of any exchange with potential Offerors. When specific information about a proposed acquisition that would be necessary for the preparation of proposals is disclosed to one or more potential Offerors, that information must be made available to the public as soon as practicable, but no later than the next general release of information, in order to avoid creating an unfair competitive advantage. Information provided to a potential Offeror in response to its request must not be disclosed if doing so would reveal the potential Offeror's confidential business strategy, and is protected under FAR 3.104 or FAR Subpart 24.2. When conducting a pre-solicitation or preproposal conference, materials distributed at the conference should be made available to all potential Offerors, upon request.
INFORMATION REQUESTED: Potential Offerors shall provide responses in the same numerical order as listed below. At a minimum, potential Offerors shall provide complete/sufficient responses to questions below. The Contracting Officer will deem incomplete/insufficient responses received from potential Offerors as unacceptable. As a result, potential Offeror's submission lacks the capability to be determined "responsible" to perform this requirement. DO NOT SUBMIT A CAPABILITIES STATEMENT/BRIEF. Specific responses to the questions below are requested. Responses shall not exceed 10 pages.
1. Company Information: Name, address, telephone number, point of contact name(s), e-mail address(es), DUNS and CAGE code, business size large or small. If small business identify the following: type of small business and/or socio economic class. If an 8(a)/SDB firm, include 8(a) program graduation/exit date.
BUSINESS SIZE STANDARD: Interested sources shall identify their business size standard based on their primary NAICS code. Responses may be used to develop and/or determine if small business prime and subcontracting opportunities exist for this requirement IAW FAR Part 19.501(b) and if a change in NAICS code identification for the requirement is needed.
- Large Business Concern
- Small Business (SB) Concern
- 8(a)/Small Disadvantaged Business (SDB)
- Woman-Owned Small Business
- Historically Underutilized Business Zone (HUBZone)
- Veteran-Owned Small Business
- Service-Disabled Veteran-Owned Small Business (SDVOSB)
For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards.
2. Draft SOW Review: IAW FAR 15.201, the Draft SOW has been provided to improve the understanding of the requirement and enhance the ability of the Government to obtain quality services. The Government requests that industry carefully review the Draft SOW attachment and offer comments or suggestions, with specific references to the attachment (e.g. section, paragraph number, page number). Any changes to the Draft SOW will be at the discretion of the Contracting Officer.
a. Provide feedback and/or questions concerning the content of the Draft SOW.
b. Provide feedback/comments concerning Appendix A: Deliverables contained within Draft SOW.
c. Provide feedback/comments concerning Appendix B: Service Summary contained within Draft SOW.
3. Technical Experience and Labor Category (LCAT):
a. Is the experience described in the Draft SOW consistent with the industry standard? If yes, why? If no, why?
b. Is the Junior Administrative Professional/Executive Administrative Assistant (SOC No. 43-6011), a service described in the Draft SOW under 3.2.36, 3.3.40, 3.5.24, and 3.6.14 consistent with the LCAT (e.g. Bureau of Labor Statistics) as industry standard? Is there a wage determination? If yes, why? If no, why? What is the recommended position labor category?
c. Is the 1,920 hours per LCAT FTEs annually described in the Draft SOW reasonable? If yes, why? If no, why?
d. Are there any Collective Bargaining Agreements that you foresee?
4. Transition of Services:
a. What is a sufficient/adequate time frame to successfully transition services from the incumbent? The Contracting Officer intends to include FAR Clause 52.237-3 -- Continuity of Services.
5. Recruitment and Retention: Recruitment and retention is vital to the success of this requirement.
a. List and provide details of any concerns/circumstance your firm anticipates and/or have experienced with recruiting and/or retaining qualified candidates in the following locations: Eielson AFB, Alaska; JBER, Alaska; JBPHH, Hawaii; Osan AB, ROK; Kunsan AB, ROK; Kadena AB, Japan; Yokota AB, Japan; and Misawa AB, Japan. What type experience does your organization have supporting Outside the Continental United States (OCONUS) services? Provide contract numbers, locations, number of FTE's, and dollar value(s) for similar type services/contracts.
b. How can the Government mitigate the negative impacts of the circumstances identified in above which may have a negative impact on recruitment and/retention?
c. Status of Forces Agreements (SOFA) and Working Overseas: what is your experience working with SOFA compliance procedures in ROK and Japan? What authorized Government Services are desired and why?
d. With cross utilization of positions described in the Draft SOW, how does that impact your hiring?
6. Identify/provide feedback on any potential performance, schedule, or price/cost risks anticipated. Discuss options the Government should consider to mitigate those risks.
7. Similar Commercial and Non-Commercial Contracts: Have you provided similar services to the Government and to Commercial entities? If you have provided similar services to the Government, what contract number(s) was it under? If you have provided similar services to Commercial entities, what contract identifier was/is it under? Provide commercial terms and conditions with company name and location.
8. Secret and Top Secret Clearance: Can the potential offeror provide the FTEs capable of having Secret Clearance? Can potential offeror provide WDO capable FTEs having Top Secret Clearance? What is your pool amount and interest?
9. Site Visit: Do you require a site visit(s) prior to or during a possible solicitation? If so, which locations?
10. Telecommunications: Does your organization have capabilities for teleworking? Have you done teleworking on similar contracts/services? Describe if done in Continental United States (CONUS)/OCONUS.
11. Are there additional costs that have not been considered? If so, what?
12. Are there any additional government furnished properties required to support services in the Draft SOW? If so, what?
13. Are you on any GWAC? If so, which one(s)?
14. Solicitation Time: FAR 5.203(a)(1) the Contracting Officer may establish a shorter period for issuance for a solicitation; how many days would be reasonable to provide a proposal if solicited? Provide comments if a thirty (30) day or shorter solicitation period will impact your firm's ability to provide an adequate/complete proposal. Provide sufficient detail to allow the Contracting Officer to make an informed marketplace assessment.
The Contracting Officer will review and consider all responses and/or questions received. However, Contracting Officer is not required to implement any feedback/suggestions received. The Contracting Officer will not provide a written and/or verbal response to any questions received.
RESPONSES: All submissions for this notice shall be submitted in writing via email to both [email protected] and [email protected]. Submissions via email shall reference the proper subject - RFI-1 Response for PACAF Aviation Squadron Administrative Support. The Contracting Officer will not consider questions/comments received after the closing date of this RFI. Potential Offers shall provide clear, concise, and complete answers via e-mail NO LATER THAN 10:00am, Hawaii Standard Time (HST) on August 16, 2019.