Amendment 1 Changes: As of 21 March 2025, this solicitation has been substantially amended. Please read the solicitation in it's entirety to ensure all changes are acknowledged.
Changes:
1. The CLIN Structure has changed to capture the Full-Time Equivalent allowable hours.
2. Clarity has been provided on what is indicative of relevent experience.
3. All attachments have been updated except Attachment 2 - Supplemental Clauses. All changes are annotated in red.
4. Questions, Answers, and Quote Submissions have been extended. Questions are due 24 March 2025 at 10:00AM MST. Quotes are due Friday, March 28th at 10:00AM MST.
Combined Synopsis/SolicitationSolicitation Number: FA461325Q1016
Purchase Description: 20th AF IT Support
NOTICE TO OFFEROR: Funds are not presently available for this effort. No award will be made until funds are available. The Government reserves the right to cancel this request for quotes, either before or after the closing date. In the event the Government cancels this request for information, the Government has no obligation to reimburse an offeror for any costs.
This is a Combined Synopsis/Solicitation Notice for commercial services prepared in accordance with the format in FAR 12.6, FAR Part 13, and FAR Part 37 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Service- Disabled Veteran Owned Small Business Set Aside (SDVOSB).
The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461325Q1016, as a Request for Quote using FAR Part 12, Acquisition of Commercial Services, FAR Part 13, Simplified Acquisition Procedures, and FAR Part 37, Service Contracting. The North American Industrial Classification System (NAICS) code for this procurement is 541513 – Computer Facilities Management Services, with a Small Business Size Standard of $37M.
The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation FAC Number 2025-03 effective 17 January 25 Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 01/17/2025 effective 17 January 25, and Department of the Air Force Federal Acquisition Regulation Supplement Change Number DAFAC 10/16/2024 effective 16 October 24.
DESCRIPTION OF ITEMS/SERVICE: All CLINs F.O.B. Destination.
In accordance with the Performance Work Statement, the contractor shall provide IT resources to 20th Air Force (20 AF) Headquarters in support of Command, Control, Communications, Computers & Intelligence (C4I) systems, administrative networks, and other systems. Intended support of C4I systems includes such systems and application programs as Non‐classified Internet Protocol (IP) Router Network (NIPRNET), Secret Internet Protocol (IP) Router Network (SIPRNET), Top Secret‐Collateral network, Strategic Automated Command & Control System‐Secure Desktop Terminal (SACCS‐SDT), Joint World‐Wide Intelligence Control System (JWICS) network, Video Teleconference (VTC), Special Access Program (SAP) network/video equipment, Audio/Video Matrix, and other systems. Also included are tasks such as system analysis and engineering, system integration and implementation, IT planning, concept development, modeling and simulation, exercise support, training, Operations and Maintenance (O&M) activities, Communications Security (COMSEC) user, and some Information Assurance duties. Contractor must request access in order to receive the full scope of work located in the PWS.
The contractor as an entittiy and contractor personnel occupying the facilities must maintain a Top Secret with SCI DCID 704 security clearance eligibility. Contractor is likely required to be indoctrinated into SAP and is subject to undergo polygraph testing.
CLIN STRUCTURE:
CLIN 0001: IT & Audio/ Visual Support Services (Base Year – 2,080 hours)
CLIN 1001: IT & Audio/ Visual Support Services (Option Year 1 – 2,080 hours)
CLIN 2001: IT & Audio/ Visual Support Services (Option Year 2 – 2,080 hours)
CLIN 3001: IT & Audio/ Visual Support Services (Option Year 3 – 2,080 hours )
CLIN 4001: IT & Audio/ Visual Support Services (Option Year 4 – 2,080 hours)
Quantity: 10,400 Unit of Issue: HOURS
Unit Price: $ ___________ Extended Price (Qty X Unit Price) $ _________________
The 2,080 hours being quoted each year shall be ALL INCLUSIVE to include Paid Time Off (PTO) (IAW wage determination dated 12.24), sick leave (IAW OPM guidance) , and 88 hours for federal holidays as this solicitation is for one (1) Full-Time Equivalent Employee. Contractors shall state how many hours are being allotted for each category in their proposal. Failure to do so shall deem the contractor as non-responsive.
LIST OF ATTACHMENTS:
Attachment 1 – Clauses and Provisions
Attachment 2 – Supplemental Clauses
Attachment 3 – Performance Work Statement (PWS)
Attachment 4 – Offeror Response Form
Attachment 5 - Mission Essential Contractor Services Plan Template
Attachment 6 - Wage Determination
Attachment 7 - Government Answers to Industry Questions
PLACE OF PERFORMANCE: 20th AF Headquarters, Francis E. Warren AFB, WY 82005
PERIOD OF PERFORMANCE: The contractor shall begin work on 16 May 2025 spanning until 15 May 2026. The following (4) option years should follow the outlined dates should the government choose to exercise the option:
Option Year (OY)
Base Year: 10 May 25- 9 May 26
OY 1: 10 May 26 – 9 May 27
OY 2: 10 May 27 – 9 May 28
OY 3: 10 May 28 – 9 May 29
OY 4: 10 May 29 – 9 May 30
QUESTIONS:
Questions shall be received no later than Monday, 24 March 2025 at 10:00 am MT (Mountain Time) by e-mail to 1st Lt Kamary Williams (kamary.williams@us.af.mil) and Mrs. Donna Doss (donna.doss.1@us.af.mil).
QUOTES:
Responses/quotes MUST be received no later than Friday, 28 March 2025 at 10:00 AM MST (Mountain Time) in order to be considered timely. Forward responses by e-mail to 1st Lt Kamary Williams (kamary.williams@us.af.mil) and Mrs. Donna Doss (donna.doss.1@us.af.mil).
Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and may not be considered.
OTHER INFORMATION:
Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This is a notice that this order is an open market requirement for 20th AF IT Support Services. This acquisition is a Service-Disabled Veteran Owned Small Business Set Aside (SDVOSB) and posted in SAM.gov. Only quotes submitted by businesses holding NAICS Code 541513 will be accepted by the Government.
Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors.
INSTRUCTIONS TO OFFERORS:
Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)
FAR 52.212-1 is hereby tailored as follows:
- Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
- After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
- The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.
- The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable.
- Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:
In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
- Statement of Understanding of Attachment 3 - Performance Work Statement
- Completed copy of Attachment 4 – Offeror Response Form
- Completed copy of Attachment 5 - Mission Essential Contractor Service Plan Template
- Proof of company currently holding Top Secret SCI DCID 704 security clearance
- Proof of a minimum 5 years experience via resume performing VTC system administration and Senior IT system administration duties on unclassified/ classified systems
- Any relevant training obtained applicable to the AV/VTC services requested
- Firm Fixed Pricing to include Unit Price and Extended Price
- Similar Past Performance
(Price must include ALL work outlined within the PWS)
9. Discount Terms (if applicable)
EVALUATION:
ADDENDUM TO FAR 52.212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)
Paragraph (a) is hereby replaced with the following:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. Award will be made to the offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers:
1. Technical Capability: items meet the Government requirement/specifications IAW Attachment 3 – Performance Work Statement showcasing relevant trainings and experience, offeror resume includes at a minimum 5 years of relevent training, and acceptable past performance experience. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive.
The technical proposal shall include the Statement of Understanding of Attachment 3 - Performance Work Statement, its requirements, specifications, and means to complete the project. This will be rated on an acceptable vs. non-acceptable basis.
2. Price:
- The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.
- Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.
- No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
(End of Provision)
Definitions
Relevant Training is defined as any training resulting in proficiency in C4I systems including such systems and application programs as Non‐classified Internet Protocol (IP) Router Network (NIPRNET), Secret Internet Protocol (IP) Router Network (SIPRNET), Top Secret‐Collateral network, Strategic Automated Command & Control System‐Secure Desktop Terminal (SACCS‐SDT), Joint World‐Wide Intelligence Control System (JWICS) network, Video Teleconference (VTC), Special Access Program (SAP) network/video equipment, Audio/Video Matrix, and other systems.
Experience required any professional experience relating to system analysis and engineering, system integration and implementation, IT planning, concept development, modeling and simulation, exercise support, training, Operations and Maintenance (O&M) activities, Communications Security (COMSEC) user, and Information Assurance duties along with experience relating to the relevant training.