Agency: | DEPT OF DEFENSE |
---|---|
State: | California |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 17, 2024 |
Due: | Mar 18, 2024 |
Solicitation No: | FA881124RB003(FA881124FB005) |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
UPDATE: This update provides a copy of CRM responses (see below attachment).
This is a Presolicitation Notice.
A. The purpose of this presolicitation notice is to obtain industry feedback on the draft solicitation to the subject procurement. Space Systems Command (SSC), Assured Access to Space (AATS) (SSC/AA) intends to publish a Total Small Business Set-aside competitive solicitation using the General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) Small Business (SB) Pool 5B Indefinite Delivery Indefinite Quantity (IDIQ) Contract vehicle. This solicitation intends to acquire Advisory & Assistance Services (A&AS) that are non-personal in nature and are not inherently governmental functions, as defined in FAR Subpart 7.5. Contractors are prohibited from performing inherently governmental functions as outlined in the AATS Acquisition and Financial Support Task Order 2.1 (AATS/SAFS-2.1 TO) PWS. Period of Performance (PoP) shall begin in Fiscal Year (FY) 2025 and the anticipated contract will be Firm Fixed Price (FFP).
B. The AATS/SAFS-2.1 TO will be the follow-on to the current SSC/SAFS-2 TO that was also awarded against the GSA OASIS SB Pool 5B IDIQ vehicle. SSC/SAFS-2 is Firm Fixed Price (FFP) with the PoP 14 May 2020 – 13 May 2025. The SSC/SAFS-2 program is part of SSC's centrally managed A&AS portfolio, which is necessary to support the SSC space development and acquisition mission. The role of SSC/AA is to provide responsive and reliable launch, resilient and ready spaceports, and space mobility and logistics. In addition, SSC/AA will plan and execute to ensure the U.S. Space Force accomplishes its mission of securing our Nation's interests in, from, and to space.
C. The main objectives considered before developing this acquisition strategy were to: provide flexibility to accommodate complex and dynamic requirements that are expected to change based on the program progress; increase competition; and reduce award complexities with standardized FOPR documents. The GSA OASIS SB Pools are multiple award IDIQ contracts that provide flexible and innovative solutions for complex professional services for federal agencies. Some of the features that will benefit the SSC/AATS SAFS-2.1 TO include: 1) the scope of the GSA OASIS SB IDIQ contract vehicle includes program management, consulting, logistics, professional engineering services, financial services, and support for Information Technology (IT) components; 2) the broad scope of the contract covers significant portion of SSC's A&AS requirements; 3) GSA OASIS SB IDIQ Contract vehicle allows for flexibility in all contract types at the TO level to include hybrid TOs with multiple contract type Contract Line-Item Numbers (CLIN) under one TO; and 4) GSA OASIS SB IDIQ also allows for ancillary support components, commonly referred to as Other Direct Costs (ODC) at the TO level.
D. During the time of solicitation, only offerors who have been awarded a prime contract in the GSA OASIS SB Pool 5b can submit a proposal as the prime contractor. Offers by contractors not in the GSA OASIS SB Pool 5b as the prime contractor will not be considered and are ineligible for award of SSC/AATS SAFS 2.1. Any contractor that has not been awarded a prime contract in the GSA OASIS SB Pool 5B is eligible to team with multiple prime contractors from the GSA OASIS SB Pool 5B. During TO execution, the Prime contractor can add or remove subcontractors as agreed upon by the PCO.
E. Complete the provided Comment Resolution Matrix and submit it to the Government POC by 1200L, 18 March 2024. Phrase comments in a manner that does not include proprietary information. If unable to do so, ensure any comments that do include proprietary information are clearly marked as such. The Government is not responsible for protecting any information submitted that is not properly marked.
F. This is not a request for competitive proposals and no solicitation is currently available. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party’s expense.
With GovernmentContracts, you can:
Status Ref# Project Close Date Dayes Left Action Open 110775 [UPCOMING: November 2023]
Association of Bay Area Governments
Bid Due: 12/31/2024
Follow 127EAS24Q0004 Calaveras RD Snow Grooming Active Contract Opportunity Notice ID 127EAS24Q0004 Related
Federal Agency
Bid Due: 12/06/2024
Follow Military Ocean Terminal Concord Rail Maintenance Active Contract Opportunity Notice ID HTC711-24-R-R002
Federal Agency
Bid Due: 12/28/2024
Contracting opportunity Bid Number IFB #2024 Qualified Contractors List Category Construction Due Date/Time
Alameda County
Bid Due: 11/29/2024