Skip to main content

An official website of the United States government

You have 2 new alerts

USAF Financial Improvement & Audit Remediation (FIAR) Support Follow-on

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Presolicitation (Updated)
  • Updated Published Date: Oct 13, 2023 09:27 am EDT
  • Original Published Date: Sep 19, 2023 10:29 pm EDT
  • Updated Response Date: Dec 31, 2023 12:00 am EST
  • Original Response Date: Dec 31, 2023 12:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2023
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 541219 - Other Accounting Services
  • Place of Performance:
    JB Andrews , MD 20762
    USA

Description

THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION/REQUEST FOR PROPOSAL. RESPONSES TO THIS DRAFT RFP DOCUMENTS ARE NOT OFFERORS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT.


Air Force District of Washington (AFDW)/PK intends to issue a RFP for USAF FIAR Services. The Acquistion Strategy is approved for a competitive Part 15, Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicles. The Product Service Code is: R499.  NAICS Code is 541219.

The IDIQ will have an Ordering Period of 5 years.  Performance of Task Orders can continue for 2 years after the end of the Ordering Period. Task Orders will contain 52.217-8 Extension of Services which, if exercised, can add up to an additional 6 month of performance at the Task order level.  

The Government will select and award to multiple offerors, whose proposal offers the “best value” to the Government, using the trade-off method. Technical, Past Performance and Price will be evaluated as part of the Source Selection.  The RFP will contain actual Task Order(s) for offerors to propose, and the Government to evaluate, with the intention of awarding the Task Order(s) at the Time the multiple award IDIQs are awarded/issued.  

High Level Schedule information is as follows, and subject to change:

Draft RFP documents Posted to SAM.gov            19SEP2023 - 18OCT2023

Release RFP                                                          Early Nov 2023

Proposals Due est 40 days after RFP Release

Discussion (if necessary)                                       Mid Feb - Mid March 2024 

FPR (max 30 Day response)                                   April 2024

Contract Award                                                        June 2024

We are posting our draft CLIN structure along with the Task Descritptions from the Performance Work Statement (PWS). We will continue to post documents over the next couple of weeks, resulting in a complete Draft RFP with all Sections and Attachments. We are finalizing the Evaluation Criteria, as we acknowlege Industry is very interested in that document. As the RFP documents are posted Industry will clearly see further details of the approved Acquistion Strategy. 

25 Sep 2023 - Evaluation Criteria is Posted.

10/2/2023 Instructions to Offerors, Past Performance Information Submissions, Performance Work Statement (PWS) is Posted.

10/4/2023 Posted Draft Solicitation FA7014-24-R-0001

10/13/2023 Posting Audit Roadmap for situational awareness to all Interested Parties

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 240 612 2997 1500 W PERIMETER RD STE 5750
  • ANDREWS AFB , MD 20762-6604
  • USA

Primary Point of Contact

Secondary Point of Contact

History