Search Contract Opportunities

Engineering for Virtualized Enterprise and Remote Access Technology (EVEREST)   3

ID: FA875024R1000 • Type: Solicitation

Description

Posted: Jan. 22, 2024, 3:44 p.m. EST

**** Posted Government responses to questions received by deadline on the RFP. Document titled "EVEREST RFP Q and A Responses" posted 22 JAN 2024. ****

**** Updated RFP Rev 1 dated 03 JAN 2024 posted to include the Draft DD254 to the soliciation. No other changes to the solication were made. ****

SOLICITATION NOTICE OF REQUEST FOR PROPOSAL (RFP):

Please note this notice is a continuation of FA8750-23-R-1000. The solicitation number has changed to FA8750-24-R-1000 for Government Fiscal Year 2024. Potential offerors can review the prior posted documents at the FA8750-23-R-1000 notice.

A Request for Proposal (RFP) for this effort is attached to this posting. Potential Offerors are encouraged to review and comment on the RFP, only if necessary. Please submit any questions and/or comments to terrence.lipinski@us.af.mil and roman.zhuk@us.af.mil by 16 JAN 2024 due no later than 3:00PM EDT. This is to ensure the Government has time to provide adequate responses to offerors before proposals are due. Proposals are due no later than 3:00PM EDT on 05 FEB 2024.

The Air Force Research Laboratory, Information Directorate, (AFRL/RI) Rome NY, has a requirement for research, development, prototyping, integration, testing, demonstration, deployment, upgrades, enhancement, sustainment and training of innovative technologies and concepts in support of Engineering for Virtualized Enterprise and Remote Access Technology (EVEREST) projects. Anticipated deliverables include software, hardware, and reports. A Cost-Plus Fixed Fee (CPFF) Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract with an ordering period of 60 months is anticipated and a maximum ordering amount of approximately $300,000,000.00.

The North American Industry Classification Systems (NAICS) code for this effort is 541511 with a small business size standard of $34,000,000.00 average annual receipts, appropriate for acquisition.

At time of award, the successful Offeror must be able to provide 25% of proposed personnel to be TS cleared and assigned with the ability to obtain their SCI clearance within the first 6 months after award. At least 50% of proposed personnel much have Secret/Collateral clearance at time of award. All other personnel that don't have a Secret Clearance must be able to be cleared within 4 months after award. During performance, the Contractor's continued ability to meet security requirements will be evaluated.

Foreign participation will be excluded at the prime contractor level.

A technical library relating to the subject area of this acquisition will be made available. Potential Offerors will first need to request access through AFRL/RI personnel. Full instructions and contact information are contained within RFP clause RIK-L016 of Solicitation Notice FA8750-24-R-1000. For planning purposes, potential Offerors who wish to gain access to the Technical Read Library will be required to submit their request to the Government Program Manager Eileen Goodell, eileen.goodell.1@us.af.mil with your Company Name, Cage Code, along with a copy of the Company's approved DD Form 2345 Militarily Critical Technical Data Agreement , and provide a letter on company letter from the Data Custodian designated on that form authorizing access by whomever will be reviewing the library and their proof of U.S. Citizenship for each. Along with your request please submit a few potential dates that you would like to come and review the library so accommodations could be made. The technical library will NOT be available after the receipt of proposals on 05 FEB 2024.

Set-Aside Status: No Set-Aside, this effort will be Full and Open Competition.

THE ENTIRE SOLICITATION IS ISSUED ON THE SAM.gov WEBSITE AT https://sam.gov/. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the website. All prospective offerors are responsible for monitoring the site for the release of amendments (if any) or other information pertaining to the solicitation. It is anticipated that the website will provide a registration service that will send an e-mail notification when a change is made to the solicitation. All responsible sources may submit a proposal in response to the RFP which shall be considered.

Based on market research, the Government is not using FAR Part 12, Acquisition of Commercial Items, to solicit for the described supplies or services.

Questions of any nature should be communicated directly to Terrence Lipinski, Contracting Officer at (315) 330-4510, terrence.lipinski@us.af.mil, and to Roman Zhuk, Contract Specialist at (315) 330-2321, roman.zhuk@us.af.mil. All questions must be submitted in writing as noted above.

In accordance with DAFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil, for resolution. DAFFARS clause 5352.201-9101, Ombudsman, will be incorporated into the resultant contract. 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 party to another official who can resolve the concern. 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). If resolution cannot be made by the Contracting Officer, concerned parties may contact the following AFRL Ombudsman: Mr. Steven L. Ewers, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFRL level may be brought by the concerned 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. The Ombudsman has no authority to render a decision that binds the agency. 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.

Posted: Jan. 3, 2024, 1:59 p.m. EST
Posted: Jan. 2, 2024, 12:51 p.m. EST
Background
The Air Force Research Laboratory, Information Directorate, (AFRL/RI) Rome NY, has a requirement for research, development, prototyping, integration, testing, demonstration, deployment, upgrades, enhancement, sustainment and training of innovative technologies and concepts in support of Engineering for Virtualized Enterprise and Remote Access Technology (EVEREST) projects. The anticipated deliverables include software, hardware, and reports.

Work Details
The work includes research, development, prototyping, integration, testing, demonstration, deployment, upgrades, enhancement, sustainment and training of innovative technologies and concepts in support of EVEREST projects. The effort involves O&M Deployment/Installations as well as O&M Upgrades. The MAKALU PWD only includes O&M Upgrades while a separate TO will be issued when deployment/installation requirements arise. The DENALI WD contains requirements for Onsite Support. At time of award, the successful Offeror must be able to provide 25% of proposed personnel to be TS cleared and assigned with the ability to obtain their SCI clearance within the first 6 months after award. At least 50% of proposed personnel must have Secret/Collateral clearance at time of award.

Period of Performance
A Cost-Plus Fixed Fee (CPFF) Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract with an ordering period of 60 months is anticipated.

Place of Performance
The geographic location(s) the contract will be performed is at the Air Force Research Laboratory Information Directorate in Rome NY.

Overview

Response Deadline
Feb. 5, 2024, 3:00 p.m. EST Past Due
Posted
Jan. 2, 2024, 12:51 p.m. EST (updated: Jan. 22, 2024, 3:44 p.m. EST)
Set Aside
None
Place of Performance
Rome, NY 13441 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 1/2/24 Air Force Research Laboratory issued Solicitation FA875024R1000 for Engineering for Virtualized Enterprise and Remote Access Technology (EVEREST) due 2/5/24. The opportunity was issued full & open with NAICS 541511 and PSC AC13.
Primary Contact
Name
TERRENCE B. LIPINSKI   Profile
Phone
(315) 330-4510

Secondary Contact

Name
ROMAN ZHUK   Profile
Phone
(315) 330-2321

Documents

Posted documents for Solicitation FA875024R1000

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation FA875024R1000

Incumbent or Similar Awards

Contracts Similar to Solicitation FA875024R1000

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA875024R1000

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA875024R1000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE RESEARCH LABORATORY > FA8750 AFRL RIK
FPDS Organization Code
5700-FA8750
Source Organization Code
500019728
Last Updated
Feb. 20, 2024
Last Updated By
terrence.lipinski@us.af.mil
Archive Date
Feb. 20, 2024