COMBINED SYNOPSIS/SOLICITATION
SOLICITATION NUMBER: FA8128-24-R-B001
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and attached documents. The Air Force Nuclear Weapons Center (AFNWC/PZNT) at Tinker Air Force Base, Oklahoma, intends to award one firm-fixed price (FFP) contract for the acquisition of item(s) listed below. This announcement constitutes the only solicitation and is considered a Request for Proposal (RFP). A written separate solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05.
The Government intends to set this effort aside as a small business award. All responsible sources may submit a proposal in response to this solicitation, which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government.
The Government reserves the right to award no contract at all, depending on the quality of the proposals, prices submitted, and the availability of funds.
The purpose of this effort is to support technical order authoring, publishing, printing and distribution for Air Delivered Capabilities Directorate. Each task order encompasses the sustainment of Technical Orders (TO) and engineering data support services in support of Air Force Nuclear Weapons Center (AFNWC), Air Delivered Capabilities Directorate (ND), Missile Sustainment Division (AFNWC/NDM). The contract will support Tinker Air Force Base, Oklahoma. The contractor shall provide support in the following areas: Editorial Support, Technical Data History/Record Management and TO Conference Support.
IAW MP 5332.7 Funds Availability
“Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under until funds are available. The Government reserves the right to not solicit this requirement or cancel the solicitation after issuance, either before or after the closing date. In the event the Government cancels the solicitation, the Government has no obligation to reimburse an offeror for any costs.”
Program/Requirement:
Missile Technical Order Support (MTOS)
PR Number:
FD2030-24-31430
NAICS:
323111
Size Standard:
650 Employees
Projected Period of Performance:
Transition: 17 September 2024 – 1 November 2024
Base Year: 1 November 2024 – 31 October 2025
Option Yr I: 1 November 2025 – 31 October 2026
Option Yr II: 1 November 2026 – 31 October 2027
Option Yr III: 1 November 2027 – 31 October 2028
Option Year IV: 1 November 2028 – 31 October 2029
Inspection and Acceptance:
Destination
Payment Information:
Payments shall be made for services accepted by the Government that have been delivered to the delivery destination.
NOTE: Offers requiring advanced or progress payments do not meet the term and conditions of this solicitation.
Required Registration by all Contractors:
In order to do business with the government, it is mandatory per Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications – Commercial Items, that all offerors must be registered with:
- System for Award Management (SAM) (www.sam.gov)
Note: Contact the POC on the website for information and guidance regarding these registrations.
Instructions to Offerors:
Each offeror shall submit its proposal in accordance with the format and details described in Attachment 1 – Addendum to FAR 52.212-1. Refer to Attachment 1 – Addendum to FAR 52.212-1 for the instructions to offerors.
Evaluation of Proposals:
All offeror’s responses will be evaluated in accordance with the Attachment 2 – Addendum to FAR 52.212-2. Award will be conducted under the provisions of FAR Part 12, Commercial Items, FAR Part 13, Simplified Acquisition Procedures and FAR Part 15 Contracting by Negotiation. Refer to Attachment 2 – Addendum to FAR 52.212-2 – for the evaluation factors.
Proposal Submission Information (emailed proposals are preferred):
Proposals must be received by the issuing office NLT 5:00 PM CDT, August 26, 2024.
Primary: Primary:
Devin McLelland Joshua Irwin
Contract Specialist Contracting Officer
Phone: 405-739-8851 Phone: 405-739-8826
E-mail: devin.mclelland@us.af.mil Email: joshua.irwin.4@us.af.mil
Amendment FA8128-24-R-B0020001 - The purpose of this amendment is to delete paragraph 4.1.2 from the instructions to offeror's. As a result of the deletion of para 4.1.2, ITO Attachments 1.1.2 and 1.1.3 are hereby removed from this solicitation. Section 4.2 is hereby amended to "The PPI shall be completed in accordance with Addendum to FAR 52.212-1, ITO Attachment 1.1.1, Past Performance Information Form (identified in this document as "PPIF")". Section 4.1.2 is hereby eliminated from attachment 2 Addendum to FAR 52.212-1.
DO NOT TRANSMIT CLASSIFIED INFORMATION OVER UNSECURED TELECOMMUNICATIONS SYSTEMS. OFFICIAL DOD TELECOMMUNICATIONS SYSTEMS ARE SUBJECT TO MONITORING. USE OF DOD TELECOMMUNICATIONS SYSTEMS CONSTITUTES CONSENT TO MONITORING.