Cost Estimating Software
ID: FA448424Q0036Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Cost Estimating Software for Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The contractor will provide access to RS Means Online or an equivalent platform, ensuring simultaneous access for twenty-five users, compliance with the Construction Specifications Institute Masterformat, and reliable estimating data for project budgeting. This initiative is crucial for effective project management and budget accuracy within government contracting. Proposals are due by September 16, 2024, with a total award amount of $47 million, and interested parties can direct inquiries to Rodney Brown at rodney.brown.24@us.af.mil or Patrick S. Duff at patrick.duff.1@us.af.mil.

    Files
    Title
    Posted
    The document addresses inquiries related to a government Request for Quotation (RFQ) concerning a contract requirement for RSMeans Online or equivalent software access. Key clarifications include the incumbent contractor status, which confirms that Four BT LLC is currently fulfilling the requirement under contract number FA4484-23-P-0045. The procurement will utilize a purchase order rather than a task order, and the solicitation is needed as it is not a sole source service. Proposals should be submitted electronically via email without specific file format requirements. The submission deadline is set for September 16, 2024, at 5:00 PM EDT. The independent government estimate for the work is not provided, and additional cost estimation inquiries appear unclear. Overall, the document streamlines essential details for potential contractors looking to participate in the solicitation process.
    The "Antiterrorism Guide for Contractors" issued by the Department of the Air Force provides essential guidelines to ensure the safety and security of personnel, facilities, and resources against potential terrorist threats at Joint Base McGuire-Dix-Lakehurst (JB MDL). It emphasizes the importance of contractor compliance with Department of Defense antiterrorism standards and mandates thorough training for contracted personnel, including the DoD-approved Antiterrorism Level I Training. Contractors are urged to maintain strict control over personnel and vehicles on site and to encourage a culture of vigilance through the "See Something-Say Something" initiative, reporting suspicious activities promptly through various designated channels. Comprehensive definitions of suspicious behaviors, such as surveillance and elicitations, are outlined to aid contractors in identifying threats effectively. The document also details appropriate procedures for reporting suspicious activities, underscoring the need for vigilance while avoiding direct confrontations. It lays emphasis on knowing what information to provide when reporting incidents, reinforcing the collaborative effort required to enhance force protection at the installation. This guide serves as a crucial resource to foster a safe and secure working environment for all personnel involved in contracts with JB MDL.
    The document outlines the protocols regarding urgent health care for contractor employees or agents working on Joint Base McGuire-Dix-Lakehurst (JBMDL). It specifies that the 87th Medical Treatment Facility (MTF) may provide necessary medical care to save life or limb while ensuring that contractors are financially responsible for these services. Urgent care will be negotiated and administered until stabilization occurs, after which patients will be transferred to civilian facilities. Contractors are required to manage the billing for services through Air Force FORM 552 and are urged to promptly notify their insurance companies to facilitate payments. This process underscores the contractor's obligation to cover medical costs incurred during contract performance, emphasizing the importance of appropriate insurance handling and financial responsibility in relation to health services provided on JBMDL. Overall, this statement serves as a key guideline for contractors regarding medical care responsibilities associated with their work on the base.
    This government request for proposal (RFP) seeks a contractor to provide access to cost estimating software, specifically RS Means Online or an equivalent platform, for Joint Base McGuire-Dix-Lakehurst (JB MDL). The contractor must provide simultaneous access for twenty-five users and ensure that the software aligns with the Construction Specifications Institute (CSI) Masterformat or an equivalent standard, featuring reliable and up-to-date estimating data for accurate project budgeting. Helpdesk support for technical issues is required, with prompt responses mandated within 24 hours. Additionally, the contractor is responsible for ensuring software accessibility on government networks and compliance with Payment Card Industry (PCI) and Personally Identifiable Information (PII) regulations. The contract specifies a performance period of 365 calendar days, with options for one additional year and a possible 183-calendar-day extension. This initiative underscores the importance of effective project management and budget accuracy in government contracting.
    The document outlines the contractor access and security protocols for Joint Base McGuire-Dix-Lakehurst (JB MDL) as outlined by the 87th Security Forces Squadron. It mandates that all contractors undergo criminal background checks before receiving installation access passes. Passes vary based on the duration of access needed—daily, temporary, or long-term—indicating specific procedures for different time frames and the necessity for Entry Authority Lists (EAL) to be submitted for accurate identification. The protocols emphasize security measures, including ongoing checks for contractors who access the base regularly and stringent requirements for vehicles entering the premises. Specific procedures are in place for non-U.S. citizens and contracts involving sensitive areas, necessitating additional security clearances. The document also addresses restricted area access, escort requirements, and contingencies during force protection initiatives. Overall, these guidelines aim to ensure a secure environment for contractors while facilitating compliance with federal and military access protocols in a controlled setting.
    The document outlines a solicitation for Women-Owned Small Businesses (WOSB) related to the procurement of cost estimating software services for Joint Base McGuire-Dix-Lakehurst (JB MDL). The contract focuses on providing access to RS Means Online or equivalent software for 25 simultaneous users, with helpdesk support guaranteed, ensuring compliance with PCI and Personally Identifiable Information standards. The project spans from October 2024 to March 2026 and specifies a total award amount of $47 million. This solicitation falls under the federal government's initiative to encourage small business participation, particularly from economically disadvantaged women-owned entities. The evaluation process is based on a Lowest Price Technically Acceptable (LPTA) basis, emphasizing that only offers meeting technical requirements will be considered. Specifications for required technical documentation, contractual clauses, and compliance with various federal regulations are included, ensuring all terms are clear for potential bidders. The solicitation exemplifies the government's commitment to fostering inclusivity in contract awards and enhancing service capabilities within federal operations while adhering to stringent guidelines and deadlines.
    This document serves as an amendment to a solicitation for a government contract, specifically addressing changes to the period of performance for two Contract Line Item Numbers (CLINs). It states that CLIN 0001's performance period is adjusted to commence on September 30, 2024, and conclude on September 29, 2025, while CLIN 0002 is modified to span from September 30, 2025, to March 31, 2026. Contractors are required to acknowledge receipt of this amendment and are provided options for doing so, while failure to submit acknowledgment on time may lead to rejection of their offers. The document further outlines the necessary access provisions for cost estimating software and clarifies the importance of administrative changes made regarding the contract's terms. In summary, the primary focus is on ensuring clarity and compliance with updated performance timelines necessary for the ongoing government contract administration process.
    Lifecycle
    Title
    Type
    Cost Estimating Software
    Currently viewing
    Solicitation
    Similar Opportunities
    Modular Rest Area Purchase/Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a modular rest area at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project aims to construct a 384 sq-ft modular rest area equipped with HVAC, lighting, and electrical systems to address safety concerns related to the current hazardous conditions due to the lack of proper facilities. This procurement is significant as it supports the health and safety of personnel while adhering to federal regulations, with a completion timeline of 90-120 days post-award. Interested contractors, particularly those classified as small businesses under the SBA guidelines, must submit their proposals by September 19, 2024, and can direct inquiries to Alexander Gibson or Christina Vargas via their provided emails.
    FY25 Underground Utilities IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FY25 Underground Utilities Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JBMDL) in New Jersey. The project involves the replacement, repair, and improvement of underground utilities, including sanitary sewers, potable water supply lines, and storm sewer systems, requiring comprehensive labor, materials, and equipment. This initiative is crucial for maintaining and enhancing the operational integrity of the base's utility infrastructure while ensuring compliance with safety and environmental regulations. Interested small businesses are encouraged to respond with their capabilities and past performance details to Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil by the specified deadline, as this opportunity is set aside for small businesses under FAR 19.5.
    Simplifed Acquisition of Base Engineering Requirements (SABER) Unit Price Guide Software
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE (DEPT OF THE AIR FORCE) is seeking information for the Simplified Acquisition of Base Engineering Requirements (SABER) Unit Price Guide Software. The purpose of this notice is to conduct market research to determine what construction cost estimating software and unit pricing guides are available for Government use on its upcoming SABER reacquisition. The SABER will consist of multiple disciplines in construction such as maintenance, repair, and alteration of real property, with very limited design on facilities supported by Vandenberg Space Force Base (VSFB), California and various locations. The selected software will be used by both the Government and contractors to develop cost estimates for projects on the SABER, which are anticipated to range between $2,000 and $5,000,000. Interested contractors should demonstrate their product offering's capabilities, including the ability to "localize" data, create line item estimates, utilize coefficients, provide licenses, update the cost database, offer training, and provide access to the unit price guide database. Interested parties should submit their company information to the primary and secondary contacts by 3:00 PM PST on December 20, 2023.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    W912QR24R0031 - D/B/B - Area Maintenance Support Activity - Wilkes-Barre, Pennsylvania
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of the Area Maintenance Support Activity (AMSA) facility in Wilkes-Barre, Pennsylvania. This project involves the construction of a 13,744 square-foot facility, including supporting structures and site improvements, with a focus on sustainability, accessibility, and compliance with security measures. The estimated contract value ranges between $10 million and $25 million, with proposals due electronically by October 18, 2024. Interested contractors should contact Ryan King at ryan.m.king2@usace.army.mil for further information and are encouraged to attend scheduled site visits on September 4 and September 11, 2024.
    Comprehensive Construction & Engineering (C2E) MATOC IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Comprehensive Construction & Engineering (C2E) MATOC IDIQ contract, which encompasses worldwide Design-Build (DB) and Design-Bid-Build (DBB) construction services. This contract aims to provide a full range of construction methods and technologies to support the design and construction of new facilities, as well as the repair, renovation, and restoration of existing infrastructure, with potential users including various branches of the military and federal agencies such as NASA and DARPA. Proposals are due by October 10, 2024, and interested parties must submit their offers through the PIEE Solicitation module, as no hard copies will be accepted. For further inquiries, contact the C2E Team via email at 772ESS.PKA.C2E@us.af.mil.
    MHMV210015 Alter B737 and B733 Munitions Area
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the alteration of the B737 and B733 Munitions Area at Kirtland Air Force Base in New Mexico. The project involves minor interior renovations of two buildings, with an estimated construction magnitude between $1,000,000 and $5,000,000. This procurement is critical for maintaining operational readiness and ensuring the facilities meet current standards. Interested contractors should note that the bid submission deadline has been extended to September 23, 2024, with bids to be submitted electronically, and all inquiries must be made within 15 days of the solicitation release. For further details, contact Kelly McGrath at kelly.mcgrath.1@us.af.mil or call 505-846-3707.
    Relocatable Lease
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is planning to award a Firm Fixed-Price delivery order for the continued lease of a relocatable office building from Williams Scotsman, Inc. at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement aims to avoid substantial duplication of costs associated with relocating and setting up a new facility, which would include expenses for furniture removal, tear down preparations, and new facility costs. The lease is critical for ongoing operations at NAWCAD Lakehurst, and interested parties must submit their responses via email to Shara Ruth at shara.j.ruth.civ@us.navy.mil by September 19, 2024, at 11:00 A.M. EDT. This presolicitation notice does not constitute a request for competitive proposals, and the government is not obligated to issue a solicitation or award a contract.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    JFSD201151 Repair (R&M) Bunch Hall Dorm 221 at Grand Forks AFB, ND
    Active
    Dept Of Defense
    The Department of Defense, through the 319th Contracting Squadron, is soliciting proposals for the comprehensive renovation of Bunch Hall Dorm 221 at Grand Forks Air Force Base, North Dakota. This project, valued between $10 million and $25 million, is exclusively set aside for small businesses and includes extensive renovations such as replacing plumbing fixtures, HVAC systems, and electrical systems, while ensuring compliance with accessibility standards. The renovation is part of the government's commitment to maintaining and upgrading military facilities, emphasizing the use of domestic materials in accordance with the Buy American Act. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Carly J. Larson at carly.larson@us.af.mil or SrA Jhala N. Neupane at jhala.neupane@us.af.mil.