Agency: | |
---|---|
State: | Mississippi |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Posted Date: | Feb 29, 2024 |
Due Date: | Mar 29, 2024 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
This solicitation is open to NON-PROFIT organizations only.
Requirement:
The purpose of this effort is to obtain services and expertise necessary for the operation and management of the DoD STARBASE Program at Columbus Air Force Base (CAFB), Mississippi. The Contractor shall provide all services and supervision necessary for the operation of the STARBASE Academy and STARBASE 2.0. STARBASE 2.0 is an option for additional services and if exercised by the government, will be implemented after the first full year the STARBASE core is taught and/or after STARBASE evaluation. Services provided shall include: STARBASE program management educational instruction; instructor hiring/dismissal, supervision and evaluations and information management required to ensure successful accomplishment of the STARBASE program.
This is a solicitation for STARBASE Academy Services, Commercial, Non-Personal prepared in accodance with FAR Part 12 and FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation;quotes are being requested and a separate written solicitation will not be issued. The contract will be Firm Fixed Price (FFP) per the CLIN structure reflected in the attached SF 1449 RFQ.
Please see the attached SF 1449 solicitation document and PWS for contract line item numbers (CLINs), quantities, units of measure, description of requirements, period of performance information, applicable clauses and provisions, and other information pertinenet to this acquisition.
Offerors are required to utilize the SF 1449 solicitation document to submit their quote, following the instructions contained therein, reference FAR 52.212-1, Instructions to Offerors. (Included below)
Offerors shall reference 52.212-2 Evaluation—Commercial Products and Commercial Services for information regarding evaluation factors.
All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). Lack of registration in the SAM will make an offeror ineligible for contract award.
Period of Performance:
Base Period - 15 April 2024 - 14 April 2025
Option One - 15 April 2025 - 14 April 2026
Option Two - 15 April 2026 - 14 April 2027
Option Three - 15 April 2027 - 14 April 2028
Option Four - 15 April 2028 - 14 April 2029
NOTICE TO OFFERORS: Funds are presently not available for this project. 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.
Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
The contractor shall submit a written cover letter, price proposal (SF 1449), technical approach, past performance worksheets(s) and subcontracting plan (if applicable) for consideration before the Due Date and Time listed for this RFQ to charlie.sweetland@us.af.mil and ivan.luckett.1@us.af.mil. Your proposal shall include the following:
A Cover Letter that provides the following information:
Contractors are to propose to the following CLIN structure:
SEE SF 1449
INSTRUCTIONS
The response shall consist of three (3) factors as outlined below:
Factor I - Price Proposal - Complete Unit and Extended Prices for all CLINs as outlined above.
Factor II - Technical Proposal - A description of the services being offered in sufficient detail to evaluate compliance with the requirements set forth in this RFQ. The technical proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal shall not simply restate or rephrase the Government's requirements, rather it shall provide a convincing rationale explaining how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the Offeror's proposal. Each factor shall be written on a stand-alone basis so that its contents may be evaluated without cross-referencing. Elaborate graphics, multi-media functions (for example, video clips or sound bites), or other embellishments are not desired. An offeror's approach must clearly demonstrate its capability of and capacity for performance of this required service by providing all information pursuant to each Sub-Factor as identified below in accordance with the PWS. If a subcontractor will be used, submit a subcontracting plan IAW the requirements listed FAR 19.704.
SUB-FACTOR 1 - Phase- In Plan
Submit a phase-in plan that complies with the PWS and demonstrates the contractor's approach for providing the resources necessary to ensure and maintain service quality levels and staffing levels as specified in the PWS. Provide startup methodology in logical sequence to ensure a smooth initial startup of the program; a timeline for completion; and identify any associated risks, issues and risk mitigation strategies.
SUB-FACTOR 2 - STAFFING PLAN
Staffing Plan: Submit a staffing plan that complies with the PWS and demonstrates the contractor's approach for recruitment, training and placement to meet contract requirements, including key personnel. Provide methodology to manage and minimize impact of unexpected turnover (such as promotions, employees leaving the company, extended illnesses, or military duty, etc.) on contract performance; and ensure personnel coverage during absences (sick and personal leave of employees).
Factor III - Past Performance - an offeror's or contractor's performance on active and physically completed contracts.
PAST PERFORMANCE- The Offeror will provide three (3) past performance evaluation documents with information via CPARS/PPIRS or directly from previous work sources for use in evaluating Past Performance using Attachment 6 - STARBASE Past Performance Worksheet.
(End of provision)
Any questions or comments must be submitted to charlie.sweetland@us.af.mil and ivan.luckett.1@us.af.mil no later than (NLT) 15 March 2024 12:00 PM CST. Answers will be posted on or about 20 March 2024.
Quotes are due NLT 29 March, 2024 at 12:00 PM CST. Offers must be submitted in writing and ONLY via email to charlie.sweetland@us.af.mil and ivan.luckett.1@us.af.mil.
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Procurement Details Smart Number 1661-24-R-RFIN-00004 Advertised Date 04/16/2024 12:00 PM RFx # 3150005635
State Government of Mississippi
Bid Due: 5/01/2024
Procurement Details Smart Number 5692-20240418081243 Lamar Techno Advertised Date 04/18/2024 12:00 PM RFx
State Government of Mississippi
Bid Due: 5/07/2024
Follow N0018924Q0238 Hydrographic Training Active Contract Opportunity Notice ID N0018924Q0238 Related Notice Department/Ind.
DEPT OF DEFENSE
Bid Due: 4/30/2024
Follow FERS TRAINING Active Contract Opportunity Notice ID 1301122435 Related Notice Department/Ind. Agency
Federal Agency
Bid Due: 11/20/2024