Ohio Bids > Bid Detail

Rapid Technology Integration Support 3

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159429675309898
Posted Date: Mar 28, 2024
Due Date: Apr 4, 2024
Solicitation No: 47QFSA23K0089
Source: https://sam.gov/opp/71212b70d6...
Follow
Rapid Technology Integration Support 3
Active
Contract Opportunity
Notice ID
47QFSA23K0089
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
FEDERAL ACQUISITION SERVICE
Office
GSA FAS AAS REGION 4
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 28, 2024 05:16 pm EDT
  • Original Response Date: Apr 04, 2024 09:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    Dayton , OH
    USA
Description

NOTICE of Potential Task Order



Acquisition ID #: 47QFSA23K0089



Title: Rapid Technology Integration Support 3 (RTIS3)



Contract Type: Firm Fixed Price (FFP) with CRNF ODCs and Travel



Contract Vehicle: Multiple Award Schedule (MAS)



MAS SIN: 54151S Information Technology Professional Services



The purpose of this notice is to provide interested industry partners information regarding a potential task order for commercial services. It is anticipated the solicitation, if released, will utilize the Multiple Award Schedule (MAS) in accordance with FAR 8.405. The draft Performance Work Statement (PWS) and draft Evaluation Methodology are attached. This synopsis does NOT constitute a Request for Quote (RFQ) and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow up information requests.



Multiple Award Schedule (MAS) Special Item Number (SIN)



The services required by this task order are principally for services performed by labor categories considered bona-fide executive, administrative, and professional. The GSA Multiple Award Schedule (MAS) Special Item Number (SIN) for these services is 54151S Information Technology Professional Services.



NAICS and PSC codes



The anticipated North American Industry Classification System (NAICS) code is 541512, Computer Systems Designs Services, which has a size standard of $34M. The anticipated Product Service Code (PSC) is DA01, IT and Telecom – Business Application/Application Development Support Services – Labor. The FAR requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the System for Award Management (SAM) https://www.sam.gov.



Contract Type:



The contract type is anticipated to be a firm fixed price (FFP) task order with Contract Line Item Numbers (CLINs) X001-X003. CLIN X001 is expected to be FFP for the capability(ies) identified in the PWS and CLINs X002-X003 as cost reimbursable no-fee (CRNF) for travel and Order Level Materials (OLM), respectively. The table below details the CLIN structure and is applicable for all contract periods including the FAR 52.217-8 Option to Extend Services (EOS).



CLIN Description Type



X001 Labor FFP



X002 ODCs CRNF



X003 Travel CRNF



Periods of Performance



Base Year (BY) 08/01/2024 – 07/31/2025



Option Year 1 (OY1) 08/01/2025 – 07/31/2026



Option Year 2 (OY2) 08/01/2026 – 07/31/2027



Option Year 3 (OY3) 08/01/2027 – 07/31/2028



Option Year 4 (OY4) 08/01/2028 – 07/31/2029



EOS 08/01/2029 – 01/31/2030



Place of Performance



Work will be performed at the contractor’s location which must be located within 50 miles of 2241 Avionics Circle, Wright Patterson AFB, OH 45433. The contractor’s facility must have a Facility Clearance (FCL) at the Top Secret/Sensitive Compartmented Information (TS/SCI) level and shall be fully accredited on day one of task order performance and throughout the contract award.



Description of Requirement



See attached Performance Work Statement.



Client Overview:



AFRL/RYW is charged with supporting the warfighter through the integration of various commercial off the shelf (COTS) components and government off the shelf (GOTS) components utilizing superior systems engineering principles to deliver unique capabilities that are both functional and secure. Using over a decade of experience running the Rapid Technology Integration Office, AFRL/RYW has found that advanced engineering analysis, coupled with direct interaction with the warfighter, is critical to delivering the best science and technology (S&T) necessary to successfully complete the United States mission. To this end, AFRL/RYW requires expertise in the rapid integration of software (SW) and hardware (HW) which may employ complex and novel techniques to ensure that the warfighter is able to access and harness the very best of emerging and rapidly changing technical solutions. Deployment solution environments may include in-garrison, mobile use, traveling, austere locations, and wartime conditions. These environments may be permissive or denied depending on the specific application and use case.


Attachments/Links
Contact Information
Contracting Office Address
  • 401 WEST PEACHTREE STREET, SW
  • ATLANTA , GA 30308
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 28, 2024 05:16 pm EDTSpecial Notice (Original)

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 >