Search Contract Opportunities

Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Multiple Award IDIQ   3

ID: FA810824RB001 • Type: Presolicitation
If You Don't Win This Contract, We Know Who Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

Posted: May 22, 2024, 5:10 p.m. EDT

FORMAL SYNOPSIS - Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR)

This announcement constitutes a Formal Synopsis for the CFT LASR program located at Tinker AFB.

Foreign Participation is prohibited.

The Government seeks to award Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts in two (2) competition pools:

(1) Full and Open competition pool: ID/IQ contracts to either Small or Large Businesses competing in the Full and Open competition pool whose offers represent the best value to the Government.

(2) Small Business Set-Aside competition pool: ID/IQ contracts to Small Businesses competing in the Small Business Set-Aside competition pool whose offers represent the best value to the Government.

Note: Offerors competing in the Small Business Set-Aside competition pool may elect to compete in the Full and Open competition pool. Small Businesses will be evaluated in the appropriate competition pool(s) based on the offeror's selection located on the front page of the formal RFP (when released). Offerors competing in both pools must submit two (2) proposals (one for each pool).

The Air Force will acquire this requirement utilizing the Highest Technically Rated Offer (HTRO) Minimum Technical Threshold Rating (MTTR) approach through an Air Force Source Selection Procedures. The Government will not be evaluating price as part of the Source Selection.

It is anticipated that the resultant contracts will be ID/IQ contracts awarded under FAR 15 with Firm Fixed Price (FFP), Time & Material (T&M), and Cost-Reimbursable (CR) line items. This is a non-commercial acquisition. Orders under basic contracts will be competed using Fair Opportunity under FAR 16.505.

The contract ordering period will consist of ten (10) years. The basic period will be five (5) years and Option 1 will be five (5) years. Each task order will state a period of performance for the services ordered and may include clause 52.217-8, Option to Extend Services, so long as it is incorporated and evaluated at the time the task order is issued.

This is a partial Small Business Set-Aside under NAICS Code 336411 (1,500 Employees).

The Line Item Description will be as follows:

X001 Labor FFP

X002 Overtime FFP

X003 Surge FFP

X004 CAP/CAS

X005 Labor T&M

X006 Overtime T&M

X007 Material/Non-Material

X008 Travel

X009 Transition In

X010 Transition Out

X011 Data NSP

X012 Post Award Conference

Deliveries and locations will be cited on individual task orders. FOB Origin and Destination.

The purpose of this acquisition is to establish a competitive, performance based service acquisition (PBSA) for Contract Field Team (CFT) support. CFTs are available for use by all the Department of Defense (DoD) services and other federal agencies. A CFT is an awarded set of Contractor maintenance personnel who are provided with Government-furnished special tools, equipment, work space and supplies to accomplish modification/maintenance/repair effort on-site at operational Government locations, both in the Continental United States (CONUS) and outside the Continental United States (OCONUS). The CFT program accomplishes depot, field and organizational level inspection, maintenance, modification and repair at operational Government locations worldwide. The program supports requirements for the active Air Force, Air National Guard and Air Force Reserve components. CFT contracts are also used to support requirements generated by the Army, Navy, Coast Guard, Federal Aviation Administration (FAA), Department of Homeland Security and other federal agencies. The CFT program provides a rapid deployment workforce augmentation capability to field necessary skilled technicians on site anywhere in the world to support the Government's war readiness needs.

All award eligibility requirements will be stated in the RFP.

All responsible sources may submit a proposal which shall be considered by the agency. Electronic procedures will be used for this solicitation through SAM.gov at http://www.sam.gov. Solicitation requests can be submitted to Ryan McCabe via email at ryan.mccabe.2@us.af.mil and Jennifer Russ via email at jennifer.russ@us.af.mil.

Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Posted: April 30, 2024, 4:24 p.m. EDT
Posted: April 26, 2024, 1:49 p.m. EDT

Overview

Response Deadline
None
Posted
April 26, 2024, 1:49 p.m. EDT (updated: May 22, 2024, 5:10 p.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $200,000,000 (AI estimate)
Odds of Award
62%
Vehicle Type
Indefinite Delivery Contract
On 4/26/24 Air Force Sustainment Center issued Presolicitation FA810824RB001 for Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Multiple Award IDIQ. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 336411 (SBA Size Standard 1500 Employees) and PSC J010.
Primary Contact
Name
Ryan McCabe   Profile
Phone
None

Secondary Contact

Name
Jennifer Russ   Profile
Phone
None

Documents

Posted documents for Presolicitation FA810824RB001

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation FA810824RB001

Incumbent or Similar Awards

Contracts Similar to Presolicitation FA810824RB001

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA810824RB001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA810824RB001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8108 AFSC PZIE
FPDS Organization Code
5700-FA8108
Source Organization Code
500042481
Last Updated
July 13, 2024
Last Updated By
ryan.mccabe.2@us.af.mil
Archive Date
July 12, 2024