Request a demo and we’ll show you what you’re missing. No commitments, we promise.
Contract Vehicle
III 3IS
Award Type
IDIQ
Set Aside
8a
Introduction
# Days # Contractors Government established travel CLIN is $XX,XXX. Appendix (B) The following non-travel ODCs are determined essential in support of this task order: XXXX. Appendix (C) The following is the service summary (SS) which is a listing of critical performance objectives (services required) with associated performance thresholds (specific standards) that will be periodically verified by government personnel. Each performance threshold represents the minimum acceptable level of contractor performance for its corresponding performance objective. The performance objectives and thresholds represent only the critical components of this contract and do not excuse the contractor from performance of other responsibilities identified in this TO. SS# Performance Objective PWS para. Performance Threshold 1 Contractor shall comply with all security requirements and procedures. All Contractor industrial security program contributes to zero security violations. 4 Contractor provided qualified personnel that were ready and available to travel during all phases of test, when required. 1.4.3 1.4.4 Contractor personnel were available and prepared to travel 100% of the time. 9 Provide test support to include planning, execution, analysis, reporting, training, operations research, cybersecurity, technical writing, software programming, and/or scheduling for oversight and sustainment & modernization OT&E/DT&E as well as WSEP and Tactics Validation. 1.4.4 Rated not less than “satisfactory” overall in the QAMR System (or monthly surveillance report) in any mission area. Appendix (D) Contractor surge hours are allowed, only during test execution, as long as the contractor does not exceed the contract funding ceiling or available funding (whichever is less for this severable effort). Page 10 of 10
Expand +
Incumbent Analytics
GEMINI TECHNICAL SOLUTIONS JV, LLC
Funding Transaction Details
Modification
Description
Modification Reason
Effective Date
End Date
Funding Obligated
Lorem ipsum dolor sit amet
3/1/2018
3/7/2020
181,212
Request a demo and we’ll show you what you’re missing.
00/00/0000
00/00/0000
000,000
Request a demo and we’ll show you what you’re missing.
THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY.
This RFI is issued solely to determine potential sources for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI should not be construed as a commitment by the Government for any purpose other than to gain the information requested for market research. The Government is not at this time seeking proposals and will not accept unsolicited proposals.
Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. Not responding to this RFI does not preclude participation in any potential future RFP. However, your insights will inform us about your interests and provide us valuable industry perspectives we will consider as the acquisition moves forward. Our survey is NOT intended to pre- or disqualify potential participation in the acquisition. Rather, your participation will assist us in crafting a well-informed solicitation/contract that makes sense to industry. Submitted information shall be UNCLASSIFIED. If a solicitation is released, it will be synopsized on the Contracting Opportunities website (https://beta.sam.gov). It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement.
The purpose of this notice is to conduct market research, a continuous process for collecting and analyzing information about capabilities within the market to satisfy agency needs. The acquisition strategy has not yet been determined and market research results will assist the Air Force in determining the direction any acquisition will take.
Historically, this has been an 8(a) set-aside and it is expected that it will remain an 8(a) set-aside. All 8(a) businesses capable of providing these services and meeting the security requirements are encouraged to respond. Respondents to this notice must indicate whether they qualify as an 8(a) business under NAICS code 541715 – Research and Development in the Physical, Engineering, and Life Sciences (size standard 1000 employees).
The market research results will assist the Government in making a determination regarding whether to set aside any resulting procurement for 8(a) businesses. Based on the results of market research, the Government reserves the right to set aside this requirement for 8(a) businesses.
Background of Current Effort:
Period of Performance: 5-year ordering period – 1 Jul 17 to 30 Jun 22
Set Aside: Competitive 8(a) set-aside
Security Requirements: Approximately 5% Secret; 95% Top Secret
Current Contract Cost: $150 million ceiling
Current Contract Type: IDIQ with CPFF, FFP and CR ODC CLINs
1/31/2020
2/1/2020
Ready to win?
Request a demo and we’ll show you what you’re missing.
No commitments, we promise.