Prospect Harbor Space Force Station (SFS) Base Operations Support (BOS)

From: Federal Government(Federal)
FA255024R0003

Basic Details

started - 01 Mar, 2024 (1 month ago)

Start Date

01 Mar, 2024 (1 month ago)
due - 12 Dec, 2024 (in 7 months)

Due Date

12 Dec, 2024 (in 7 months)
Pre-Bid Notification

Type

Pre-Bid Notification
FA255024R0003

Identifier

FA255024R0003
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE AIR FORCE (60450)FA2550 50 CONS PKP (261)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (296)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

**** Updated Friday, 1 March 2024 ****FA255024R00031. Amendment 0002 was released today to this webpage. Amendment 0002 has three files: The Standard Form 30 for FA255024R0003, Amendment 0002; The Amended Standard Form 1449 for FA255024R0003, Amendment 0002; and The Amended RFP Attachment 5, FFP NTE Task Pricing Template.2. Amendment 0002 changed the proposal due date to Monday, 11 March 2024, 2:00 Mountain Daylight Time.3. Amendment 0002 was also posted to PIEE Solicitation Module in order to update the proposal due date. However, PIEE Solicitation Module and SAM.gov functionalities apparently do not provide a URL to allow potential offerors direct access to Amendment files. Instead, potential offerors will need to navigate to the FA255024R0003 URL, scroll to the lower edge of the webpage, and then select the "Download all Attachments" button. The resulting ZIP file will contain the original RFP (except for CUI files), Amendment 0001 (except for the CUI file), and Amendment 0002.URL:
https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=FA255024R0003**** End of Update Friday, 1 March 2024 ********** Updated, Monday, 26 February 2024 (Second Update for this date) ******FA255024R00031. RFP Question files, Sets 1, 2, and 3, have been uploaded to this webpage.2. Reference files noted in the RFP Question files, Sets 1, 2, and 3, have also been uploaded to this webpage.****** End of Update, Monday, 26 February 2024 (Second Update for this date) ************ Updated, Monday, 26 February 2024 ******FA255024R00031. Amendment 0002 will be prepared and released on/about Tues, 27 Feb 2024 to extend the proposal due date to Mon, 11 Mar 2024.2. Questions with responses will be uploaded later today, along with reference files.3. The deadline for additional questions is Tues, 27 Feb 2024, 2:00 PM MT****** End of Update, Monday, 26 February 2024 ******************* Updated Wed, 21 Feb 2024 *************FA255024R0003, Amendment 0001A. Amendment 0001 is made up of four files, which are located at this notice. The files are: 1. Standard Form 30 (SF30) with continuation pages. The SF30 documents the replacement of the three solicitation attachments noted below, and also includes the addition of a provision and a clause required by Department of Defense Class Deviation 2024-O0006 (252.225-7966, Prohibition Regarding Russian Fossil Fuel Business Operation--Representation (Deviation 2024-O0006)(Feb 2024); and 252.225-7967, Prohibition Regarding Russian Fossil Fuel Business Operations (Deviation 2024-O0006)(Feb 2024)). 2. Attachment 1, PWS (a CUI file; log on to SAM.gov and then request access to the file). Here is the paragraph added to the PWS by Amendment 0001, at page 38 of the PWS: 4.1 Civil Engineering Navy Maximo System and Air Force NexGen IT/TRIRIGA System, and Real Property Management Requirements. References in this Performance Work Statement to the contractor's use of the Air Force NexGen IT/TRIRIGA system shall mean the Navy's Maximo System until responsibility for Naval Support Activity (NSA) Prospect Harbor formally transfers to United States Space Force. The contractor shall perform Performance Work Statement requirements using the Navy's Maximo System until responsibility for NSA Prospect Harbor formally transfers to United States Space Force and Civil Engineering data in the Maximo System has been migrated to the Air Force NexGen IT/TRIRIGA system. The Government Real Property team will load the Navy facilities data into the Air Force NexGen/Tririga system when responsibility for NSA Prospect Harbor formally transfers to United States Space Force. References in this Performance Work Statement to the contractor's Real Property Management Requirements shall mean management of Navy real property until responsibility for Naval Support Activity (NSA) Prospect Harbor formally transfers to United States Space Force. Transfer of responsibility for NSA Prospect Harbor formally to United States Space Force may not occur until 1 Oct 2025, or later. The paragraph above was added due to anticipated delays in the formal transfer of the performance location from the Navy to US Space Force (USSF); the transfer of real property will not take place until the formal transfer from the Navy to USSF. 3. Attachment 8, ITO. Changes include clarifications and improvements to the proposal instructions, as well as a change to Government-directed CLIN values. 4. Attachment 9, Evaluation. The Affordability budget is changed to match the change to Government-directed CLIN values in Attachment 8, ITO.B. Also posted is a file with questions submitted and Government responses.************* End of Update, Wed, 21 Feb 2024 ***************** Update, Thurs, 8 Feb 2024 ****RFP Number: FA255024R00031. Adding RFP Attachment 16, Past Performance Questionnaire file (inadvertently omitted from the RFP files at PIEE, Solicitation Module.Past Performance Questionnaire file name is: "Atch_16_PPQ_20240104.docx"2. Cross References. Release of the RFP using PIEE, Solicitation Module, automatically created a separate SAM.gov posting for the same RFP number, FA255024R0003.3. Here is the URL for the PIEE, Solicitation module, with most of the RFP files:https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=FA255024R00034. Here is the URL for the SAM.gov posting generated automatically by PIEE, Solicitation Module, with links to PIEE:https://sam.gov/opp/878d7de969e046c093a2a6964603dbcf/view5. Here is the URL for the SAM.gov posting with Bidders Library files and also some RFP files:https://sam.gov/opp/a9ba4a0d5c004c439f8269ea1550e838/viewAt this URL, for CUI files, you will need to sign in to SAM.gov and request access. The rest of the files should be available without logging in to SAM.gov.**** End of Update, Thurs, 8 Feb 2024 ********* Update 30 Jan 2024 *****Prospect Harbor SFS BOS AcquisitionRelease of Request for Proposal (RFP) FA255024R0003 on Procurement Integrated Enterprise Environment (PIEE), Solicitation module, with some files (CUI files, Reference files, and Civil Engineering work record files) released directly via SAM.gov.***************************NOTE: Release of the solicitation FA255024R0003 in PIEE created a separate SAM notice under FA255024R0003, dated 30 Jan 2024; the separate SAM notice has the RFP files for public release.This SAM notice under FA255024R0003, Original Published Date 15 Dec 2023, has RFP CUI files, and also Civil Engineering files and reference files.***************************. Please see the link to the PIEE location for RFP files and also this posting.2. In accordance with the Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS), Mandatory Procedure MP5332.7, Contract Funding, Release of Solicitations in Advance of Funding Availability, the following notice is required for this solicitation: Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.3. Dept. of the Air Force FAR Supplement 5352.201-9101, Ombudsman (Jul 2023) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for USSF (United States Space Force) acquisitions (excluding SMC acquisitions) please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location - Space (AFICC/KS OL-SPC) via the following e-mail workflow address: afica.ks.wf@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause)4. Access to files marked as CUI subject to the following requirements:The Contractor must be registered in SAM and log on to SAM and request access to files, and access and use of CUI files for this acquisition are subject to the following agreement: The Contractor agrees that: Any electronic file downloaded from a Government website, or otherwise obtained for this acquisition, which is marked as Controlled Unclassified Information (CUI), will not be used except as stated in this agreement. A CUI file, or information extracted from a CUI file, in written format of any type, will only be stored, processed, and transmitted using equipment and systems suitable for CUI information. Any such CUI file, or information extracted from a CUI file, will also not be stored on a publicly accessible website or other location available to unauthorized users. Any such CUI file, or information extracted from a CUI file, will further be used only (1) for review purposes to provide the Government with comments or suggestions, which may be used by the Government to improve the requirement at its discretion, (2) for evaluation of possible participation in a competitive acquisition for the Government's requirement, (3) for evaluation by potential subcontractors or teaming partners for the same purposes, and (4) for preparation of a proposal for the Government's requirement.5. Civil Engineering (CE) work record files are provided for information about past CE routine maintenance and unplanned repair or maintenance work. ***** End of Update *****------------------------------------------------------------15 Dec 2023Prospect Harbor Space Force Station (SFS) Base Operations Support (BOS)Reference Notices: FA255024R0001, Prospect Harbor Space Force Station (SFS) Base Operations Support (BOS). Presolicitation Notice, 31 Oct 2023. FA2550PH23265, RFI Prospect Harbor SFS, Maine, Base Operations Support Services FA2550PH23254, Draft Prospect Harbor Space Force Station (PHSFS) Performance Work Statement (PWS) for Review and Comment FA2550PH23282, Draft Prospect Harbor Space Force Station (PHSFS) RFP Summary and Draft Performance Work Statement (PWS) for Review and Comment. Opportunity for One-on-One Discussions.*** Notice. Notice ID FA255024R0003 replaces notice ID FA255024R0001 for *** the Prospect Harbor Space Force Station (SFS) Base Operations Support *** (BOS). All future actions for the requirement will be under Notice ID *** FA255024R0003.1. Prospect Harbor Space Force Station (SFS) Base Operations Support (BOS) solicitation. The solicitation's release date was estimated for mid-December 2023, and now is expected to be released in January 2024. Prospect Harbor SFS is currently a US Navy installation (Naval Support Activity Prospect Harbor, Maine) with the planned transition date to US Space Force responsibility 1 Oct 2024. The requirement is for services at a Government Owned, Contractor Operated (GOCO) facility; the contractor will have responsibility for operation of the facility which will remain the property of the US Government. The PHSFS BOS contract will require the contractor to provide all labor, management, transportation, tools, equipment, materials, supplies, and parts (except for any resources provided by the Government) for all services necessary to perform the PHSFS GOCO Performance Work Statement (PWS) requirements. Non-personal contract will manage, operate, maintain, and provide all logistical support and security services for PHSFS, including staffing and managing the site’s physical security functions and programs, civil engineering services and maintenance, operation and systems administration of communications systems, logistics management, environmental, and bioenvironmental requirements, while maintaining compliance with all safety and occupational health requirements.2. This procurement is planned as a 100% small business set-aside competitive acquisition. This procurement is planned as a subjective tradeoff best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) and the Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS).3. For questions or comments, send an e-mail to the primary and alternate contact listed below.4. Advance Notice, PIEE Solicitation Module. The Government plans to release the solicitation using the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, which establishes a notice in SAM.gov containing a link to the PIEE Solicitation Module where solicitation files may be downloaded. The Government also plans to require offerors to use the PIEE Solicitation Module to submit proposals. In order for offerors to submit proposals in the PIEE Solicitation Module, offerors must be registered in PIEE, and registered in the Solicitation module within PIEE, including the active role of Proposal Manager. Registration in PIEE, and obtaining required access to the PIEE Solicitation Module, including any required role(s), is the offeror's responsibility; it may take some time to complete all registration and access requirements in order to have the capability to submit a proposal using the PIEE Solicitation Module. Link for information on how to register for PIEE: https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/vendorRegister.xhtml Link for information on how to use the Solicitation module: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml5. Any response to this notice is voluntary and the Government will not pay for any response submitted. This notice should not be considered a commitment on the part of the Government to award a contract; the Government will not be liable for any costs incurred in anticipation of a contract.6. The following Ombudsman clause applies to this notice.5352.201-9101, Ombudsman (Oct 2019) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICC/OL-SPC Director or Deputy Director of Contracting, 250 Peterson Blvd, Ste 315, Peterson AFB, CO 80914, (P) 719-304-4143 or 719-314- 6917, Workflow e-mail: afica.ks.wf@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause)7. No certification of funds for this requirement are available at present; therefore, the following statement applies to this acquisition: Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

Location

Place Of Performance : N/A

Country : United StatesState : MaineCity : Gouldsboro

Office Address : ADMIN ONLY NO REQTN CP 719 567 3899 210 FALCON PKWY BLDG 210 STE 2116 SCHRIEVER SFB , CO 80912-2116 USA

Country : United StatesState : ColoradoCity : Colorado Springs

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 561612Security Guards and Patrol Services
pscCode S206Guard Services