BTES Technical Support
SOL #: FA4855-19-Q-A028Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA4855 27 SOCONS LGC
CANNON AFB, NM, 88103-5321, United States
Place of Performance
CLOVIS, NM
NAICS
Computer Facilities Management Services (541513)
PSC
Technical Representative Svcs. (L)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Aug 23, 2019
2
Last Updated
Sep 3, 2019
3
Submission Deadline
Sep 4, 2019, 5:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
RFQ: FA4855-19-Q-A028
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA4855-19-Q-A028 and is a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) is 541513. Small Business Size Standard is $27.5 M.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-02TA, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190215, and Air Force Acquisition Circular (AFAC) 2018-0525
(The quote shall be effective for 60 days after submission of quote)
Please respond to this RFQ by emailing response to: A1C Colton I. Slone at the e-mail: colton.slone@us.af.mil and SSgt Casey A. Straw at the e-mail casey.straw@us.af.mil no later than 10:00am MDT, 03 September 19 - Tuesday (or sooner if possible) in order to be considered timely. Please contact A1C Colton I. Slone or SSgt Casey A. Straw with additional questions at the above listed email addresses or call 575- 784-6167 or 575-784-6133.
(Please provide a quote for the line item listed below. Failure to quote on the CLIN will render the quote unacceptable and ineligible for award consideration in the absence of discussions.)
ITEM DESCRIPTION QTY Unit Unit Price Extended Amount
0001
Description: Computer Technology support and assistance to the Base Training and Education Services (BTES) Office in accordance with the Performance Work Statement.
Period of Performance: 01 October 2019 - 30 September 2020
720
Hours
$
$
1001
Description: Computer Technology support and assistance to the Base Training and Education Services (BTES) Office in accordance with the Performance Work Statement.
Period of Performance: 01 October 2020 - 30 September 2021
720
Hours
$
$
2001
Description: Computer Technology support and assistance to the Base Training and Education Services (BTES) Office in accordance with the Performance Work Statement.
Period of Performance: 01 October 2021 - 30 September 2022
720
Hours
$
$
3001
Description: Computer Technology support and assistance to the Base Training and Education Services (BTES) Office in accordance with the Performance Work Statement dated 12 August 2019.
Period of Performance: 01 October 2022 - 30 September 2023
720
Hours
$
$
RFQ: FA4855-19-Q-A028
4001
Description: Computer Technology support and assistance to the Base Training and Education Services (BTES) Office in accordance with the Performance Work Statement dated 12 August 2019.
Period of Performance: 01 October 2023 - 30 September 2024
720
Hours
$
$
TOTAL COST
$
Please provide the information below:
Payment Terms
Performance Date
Company Name:
DUNS #
Required Cage Code Number:
POC:
Telephone #
E-Mail Address:
Tax ID#:
Do you have capacity to invoice electronically (invoicing through WAWF)
Special Notes and Instructions:
1. This is a notice that this order is a total set-aside for small business concerns under NAICS 541513. Only quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award.
2. Questions. Any questions shall be submitted in writing via email to A1C Colton I. Slone at colton.slone@us.af.mil and SSgt Casey Straw at casey.straw@us.af.mil no later than 27 August 19 at 10:00am MDST. All questions will be answered and sent through email.
3. Basis for Award. 27 SOCONS/PKA will issue a purchase order to the vendor who is determined to offer the best value to the Government. In accordance with Attachment 2, Instructions to Offerors, and Evaluation, 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.
4. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award
RFQ: FA4855-19-Q-A028
will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 5.Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current (legacy for On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations).6.Place of Performance. Service shall be in accordance with this PWS and shall provide all of the consolidated resources (personnel, materials, facilities, ranges and training areas) to enhance the individual and collective individual marksmanship skills of the personnel being trained.7.Attachments. The following attachments are to be included with this Request for Quote;a.Attachment 1 - Performance Work Statementb.Attachment 2 - Instructions to Offerors, and Evaluationc.Attachment 3 - Clauses and Provisionsd.Attachment 4 - Wage Determination8.In accordance with Attachment 3, FAR/DFARS provisions and clauses are applicable to this solicitation: It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA4855-19-Q-A028 and is a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) is 541513. Small Business Size Standard is $27.5 M.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-02TA, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190215, and Air Force Acquisition Circular (AFAC) 2018-0525
(The quote shall be effective for 60 days after submission of quote)
Please respond to this RFQ by emailing response to: A1C Colton I. Slone at the e-mail: colton.slone@us.af.mil and SSgt Casey A. Straw at the e-mail casey.straw@us.af.mil no later than 10:00am MDT, 03 September 19 - Tuesday (or sooner if possible) in order to be considered timely. Please contact A1C Colton I. Slone or SSgt Casey A. Straw with additional questions at the above listed email addresses or call 575- 784-6167 or 575-784-6133.
(Please provide a quote for the line item listed below. Failure to quote on the CLIN will render the quote unacceptable and ineligible for award consideration in the absence of discussions.)
ITEM DESCRIPTION QTY Unit Unit Price Extended Amount
0001
Description: Computer Technology support and assistance to the Base Training and Education Services (BTES) Office in accordance with the Performance Work Statement.
Period of Performance: 01 October 2019 - 30 September 2020
720
Hours
$
$
1001
Description: Computer Technology support and assistance to the Base Training and Education Services (BTES) Office in accordance with the Performance Work Statement.
Period of Performance: 01 October 2020 - 30 September 2021
720
Hours
$
$
2001
Description: Computer Technology support and assistance to the Base Training and Education Services (BTES) Office in accordance with the Performance Work Statement.
Period of Performance: 01 October 2021 - 30 September 2022
720
Hours
$
$
3001
Description: Computer Technology support and assistance to the Base Training and Education Services (BTES) Office in accordance with the Performance Work Statement dated 12 August 2019.
Period of Performance: 01 October 2022 - 30 September 2023
720
Hours
$
$
RFQ: FA4855-19-Q-A028
4001
Description: Computer Technology support and assistance to the Base Training and Education Services (BTES) Office in accordance with the Performance Work Statement dated 12 August 2019.
Period of Performance: 01 October 2023 - 30 September 2024
720
Hours
$
$
TOTAL COST
$
Please provide the information below:
Payment Terms
Performance Date
Company Name:
DUNS #
Required Cage Code Number:
POC:
Telephone #
E-Mail Address:
Tax ID#:
Do you have capacity to invoice electronically (invoicing through WAWF)
Special Notes and Instructions:
1. This is a notice that this order is a total set-aside for small business concerns under NAICS 541513. Only quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award.
2. Questions. Any questions shall be submitted in writing via email to A1C Colton I. Slone at colton.slone@us.af.mil and SSgt Casey Straw at casey.straw@us.af.mil no later than 27 August 19 at 10:00am MDST. All questions will be answered and sent through email.
3. Basis for Award. 27 SOCONS/PKA will issue a purchase order to the vendor who is determined to offer the best value to the Government. In accordance with Attachment 2, Instructions to Offerors, and Evaluation, 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.
4. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award
RFQ: FA4855-19-Q-A028
will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 5.Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current (legacy for On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations).6.Place of Performance. Service shall be in accordance with this PWS and shall provide all of the consolidated resources (personnel, materials, facilities, ranges and training areas) to enhance the individual and collective individual marksmanship skills of the personnel being trained.7.Attachments. The following attachments are to be included with this Request for Quote;a.Attachment 1 - Performance Work Statementb.Attachment 2 - Instructions to Offerors, and Evaluationc.Attachment 3 - Clauses and Provisionsd.Attachment 4 - Wage Determination8.In accordance with Attachment 3, FAR/DFARS provisions and clauses are applicable to this solicitation: It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil.
People
Points of Contact
Colton I. SloneContracting AdministratorPRIMARY
Casey A. StrawContracting OfficerSECONDARY
Files
Versions
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Sep 3, 2019
Version 1
Combined Synopsis/Solicitation
Posted: Aug 23, 2019