The RFP Database
New business relationships start here

Special Warfare Procurement Multiple-Award IDIQ Contract (SW-MAC)


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This announcement constitutes the Request for Proposal (RFP) for the Special Warfare Procurement Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract ("SW-MAC").   


The Air Force Life Cycle Management Center, Special Operations Forces and Personnel Recovery Division, Special Warfare Branch (AFLCMC/WISK) is soliciting proposals for the SW-MAC IDIQ Contract. The contract will have a $950M ceiling and a five-year base ordering period (CLINs 0001 - 0008) with a single five-year option ordering period (CLINS 1001 - 1007), for a total potential length of ten years. The contract will enable procurement of commercial and commercial off-the-shelf (COTS) items not otherwise available through Required Sources of Supply, non-developmental items (NDI), modified COTS, and associated training and product support to support approximately 3,500 United States Air Force (USAF) Special Warfare operators assigned to Air Combat Command (ACC), Air Force Special Operations Command (AFSOC), and other authorized users including foreign military allies.


In general, the scope of the acquisition includes special operational equipment for ground mobility, aerial insertion, maritime/dive, assault zones, weather sensing, information technology, and surveying/mapping, including general apparel/personnel protective equipment, footwear, bags/packs, climbing, survival and navigation, and visual augmentation equipment.


This is a total (i.e. 100%) small business set-aside under NAICS 339999, Other Miscellaneous Manufacturing, size standard 500 personnel. The restrictions of FAR 52.219-14, Limitations on Subcontracting, the "Non-Manufacturer Rule" (NMR), will apply to orders placed under the contract.


Please refer to the attached Section L, Instructions to Offerors, Paragraph 2.8 for Proposal Due Date and Delivery Location.


The Government will accept questions regarding this RFP. Please submit questions using the attached Comment Resolution Matrix to the below-listed POCs by 5:00 pm Eastern Time on 31 October 2019. The answers will be posted to Fed Biz Opps (fbo.gov) under this announcement. Note: FBO is moving to beta.sam.gov starting 8 November 2019; information about the transition is available in the Federal User Transition Quick Start Guide available on the FBO home page.


Proposals will be evaluated in accordance with the attached Section M, Evaluation Factors for Award. The Government intends to award multiple contracts; one to each offeror that has an "Acceptable" Technical Factor and a Low/Moderate Risk rating. A Price/Cost proposal is not required and will not be evaluated. (Price will be evaluated at the Delivery/Task Order level.)


The Government will fulfill the minimum ordering amount as required by FAR 16.504(b) with the issuance of the initial task order for Post-Award Conference (PAC) attendance (Ref.: Statement of Work Paragraph 4.1) against Contract Line Item (CLIN) 0008; each awardee will receive an order in the amount of $2,000.


Please note that approval to use the T&M contract type (CLINs 0003AC and 0003AD) is pending; should it not be approved, the solicitation will be amended to remove the relevant line items and associated clauses.  


Points of Contact:


Amber Taylor, Contracting Officer
Phone: 937-656-8463
Amber.taylor.9@us.af.mil


Grant Hutchison, Contract Specialist
Phone: 937-656-8009
Grant.hutchison@us.af.mil


 


Note:  Pre-solicitation announcements regarding the SW-MAC may be found under reference number FA8629-19-R-5003. 


 


Amber A. Taylor, Contracting Officer, Phone 9376568463, Email amber.taylor.9@us.af.mil - Grant T. Hutchison, Contract Negotiator, Phone 9376568009, Email grant.hutchison@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP