Search Contract Opportunities

Base Operating Services (BOS) Grissom Air Reserve Base, IN

ID: GRISSOMARB2023BOS • Type: Presolicitation

Description

Posted: June 7, 2023, 1:04 p.m. EDT

This is a Pre-Solicitation Notice. This notice does NOT constitute a request for proposal, request for quote or invitation for bid. This notice includes the DRAFT Solicitation with Attachments. NOTE: Any dates or data presented in the DRAFT Solicitation are subject to change. The Attachments may or may not have the "DRAFT" watermark shown; however, they are in draft format at this time. It is anticipated the "Official" Solicitation will be published June 2023.

Grissom Air Reserve Base, IN has a requirement to manage and operate the Base Operations Support (BOS) Services located at Grissom ARB, IN. The project scope is a service requirement to perform services in multiple functions to include Materiel Management, Ground Transportation and Vehicle Management, Traffic Management, Real Property Maintenance, and Fuels Management. This contract will be subject to the Service Contract Labor Standards and Construction Wage Rate Requirements.
The official solicitation will result in a contract being issued on an ALL or NONE Basis to a single contractor. Evaluation of offers will utilize Performance Price Tradeoff procedures IAW FAR 15.101-2 with an anticipated award date on or before 30 August 2023.
The resulting contract will consist of a 60-day phase-in period, 12-month basic period, four (4) one-year contract periods and a six (6) months option period IAW FAR 52.217-8 that may be exercised at the discretion of the Government. This effort is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The solicitation will be posted on SAM.gov. All Amendments, Pre-Proposal Conference Minutes, Questions and Answers, etc. to the solicitation will also be issued via SAM.gov. Any proposal submitted by a business that is not classified as a SDVOSB by the Small Business Administration will not be evaluated.

A pre-proposal conference will be conducted at Grissom ARB, IN with the date and time to be included in the solicitation for this effort. A maximum of two individuals per company will be permitted to attend. Full instructions for base access and any additional requirements will be provided within the official solicitation.

Note: This is the Pre-Solicitation. The Site Visit date will be determined once the Official Solicitation is issued.
NAICS 561210
Product Service Code: R706
Small Business Size $41.5M
Solicitation will be Request for Proposal (RFP)
Contract will be Firm-Fixed-Price
NOTE: All contractors must be registered in the System for Award Management (SAM) program in order to receive a contract award from any DOD activity. Contractors may access the Internet site at: https://www.sam.gov to register and/or obtain information about the SAM program. No Foreign participation is allowed.

The official solicitation is anticipated to be published June 2023 on SAM.gov at https://www.sam.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Questions may be submitted using the FA465423R0006 Questions and Answer Worksheet.

This worksheet will be used throughout the process and updated as often as necessary. Any questions shall be forwarded to the Primary Point of Contact (POC) via email.
It is anticipated that access to Controlled Unclassified Information (CUI) may be necessary:
Certain identified documents within the Technical Library are not suitable for public release and will be made available upon request by emailing the Government POCs as identified in L1.4.

Effective 30 November 2020, the Defense Federal Acquisition Regulation Clause 252.204-7012 requires all Department of Defense contractors and subcontractors to implement cybersecurity requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Protecting Controlled Unclassified Information in Nonfederal Systems and Organizations. Your NIST assessment results must be documented in the Supplier Performance Risk System (SPRS) at https://www.sprs.csd.disa.mil/. We would suggest you go to the SPRS homepage and use the vendor quick reference guides to help you complete the process. There is also an SPRS support number on the bottom of the homepage that you can call for assistance with getting directions on how to complete the process.

It is the responsibility of each offeror to review the website for posting of amendments and updates or changes to current information. Potential offerors are encouraged to follow and/or subscribe for real time e-mail notifications and/or monitor SAM.gov and/or PIEE for updates to this solicitation.
NOTE: Any inquiries shall be made via email. In the event, you do not receive an acknowledgement to the email, please phone the POC and leave message as necessary.
Primary point of contact (POC): Cynthia Stephen, ACO Contract Officer, Phone (765) 688-2802, e-mail; Cynthia.stephen@us.af.mil
Alternate point of contact (POC): Thomas Bellamy, CO Contracting Officer, Phone (765) 688-3838, email; Thomas.bellamy@us.af.mil

Posted: May 26, 2023, 9:29 a.m. EDT
Posted: May 24, 2023, 4:21 p.m. EDT

Overview

Response Deadline
June 23, 2023, 4:00 p.m. EDT Past Due
Posted
May 24, 2023, 4:21 p.m. EDT (updated: June 7, 2023, 1:04 p.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Grissom ARB, IN 46971 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
68%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
70% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 5/24/23 Reserve Command issued Presolicitation GRISSOMARB2023BOS for Base Operating Services (BOS) Grissom Air Reserve Base, IN due 6/23/23. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC R706.
Primary Contact
Name
Cynthia L Stephen   Profile
Phone
(765) 688-2802
Fax
(765) 688-2803

Secondary Contact

Name
Thomas L. Bellamy   Profile
Phone
(765) 688-3838
Fax
None

Documents

Posted documents for Presolicitation GRISSOMARB2023BOS

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Presolicitation GRISSOMARB2023BOS

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation GRISSOMARB2023BOS

Similar Active Opportunities

Open contract opportunities similar to Presolicitation GRISSOMARB2023BOS

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFRC > FA4654 434 CONF LGC
FPDS Organization Code
5700-FA4654
Source Organization Code
100076212
Last Updated
July 8, 2023
Last Updated By
cynthia.stephen@us.af.mil
Archive Date
July 8, 2023