Indiana Bids > Bid Detail

Base Operational Services - Grissom ARB IN

Agency:
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159054757642149
Posted Date: Dec 15, 2023
Due Date: Jan 4, 2024
Source: https://sam.gov/opp/f0163cfe84...
Follow
Base Operational Services - Grissom ARB IN
Active
Contract Opportunity
Notice ID
FA4654-23-R0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE RESERVE COMMAND
Office
FA4654 434 CONF LGC
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 15, 2023 01:55 pm EST
  • Original Published Date: Sep 29, 2023 04:03 pm EDT
  • Updated Date Offers Due: Jan 04, 2024 03:00 pm EST
  • Original Date Offers Due: Nov 29, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 19, 2024
  • Original Inactive Date: Dec 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: R706 - SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Grissom ARB , IN 46971
    USA
Description

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.



This 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.



The resulting contract will consist of a 60-day Mobilization 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.





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.



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): Juan Martinez, PCO Contract Officer, Phone (210) 816-1748 , e-mail; juan.martinez.82@us.af.mil




Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 448 MUSTANG AVE
  • GRISSOM ARB , IN 46971-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >