Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2002 FBO #0115
SOURCES SOUGHT

R -- Launch Operations & Support Services (Recompete)

Notice Date
3/25/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
F08650-02-R-0010
 
Response Due
4/12/2002
 
Archive Date
4/27/2002
 
Point of Contact
Rena Antetomaso, Contract Specialist, Phone DSN: 467-0886, Fax null,
 
E-Mail Address
rena.antetomaso@patrick.af.mil
 
Description
This market survey is being conducted to identify firms interested in providing critical launch systems support for Department of Defense and commercial launch processing at Cape Canaveral Air Force Station, Florida. Critical launch systems may include, but not limited to, space launch complexes, offline hazardous and non-hazardous processing facilities, spacecraft processing facilities and clean rooms, control centers, and ordnance facilities. Services may include, but are not limited to, launch support, systems preventative and corrective maintenance, systems upgrades and modifications, operational communications installations and maintenance, ordnance services, operational safety, plant/facility engineering, safety engineering, systems engineering, long-range planning and statements of capability, load testing, utility system monitoring, facility control systems management/maintenance, HVAC, fire detection and alarm maintenance/repair, cranes, special purpose elevator maintenance/repair, electrical, UPS/generators, waste water, water systems, fuel storage, critical systems baselining, configuration management, logistics support analysis, and mission control operations. Proposed contract type is cost-plus-award-fee (CPAF), with provisions for a work request contract line item number (CLIN). Multiple awards are not anticipated. A basic contract period of two years, with six one-year option periods, is contemplated. Top Secret security clearances are required. The applicable NAICS code and size standard are 561210/$20M. Conflict of interest (COI) rules may apply, which would prohibit participation in related acquisitions. Offerors will be required to submit mitigation plans following release of the request for proposal (RFP). Additional acquisition information will be available via Internet at https:\\www.patrick.af.mil\4lg\45cons\losc.index. Firms responding to this synopsis must (1) state whether they are a small or large business based on the size standard above; (2) indicate if a small disadvantaged or woman-owned business, 8(a) firm, or a historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) small business; (3) provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of the work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and (4) any other pertinent information which would enable the government to assess a firm?s capabilities. Because the government reserves the right to set this acquisition aside for small businesses, 8(a) firms, or HUBZones based on the responses received, it is imperative that firms respond with the required information so that capabilities can be evaluated accurately. Complete responses must be received by the government prior to close of business on (1 MONTH FROM SYNOPSIS POSTING DATE). Firms who state an interest in subcontracting opportunities and identify their specialty will be added to the Launch Operations & Support Contract (LO&SC) Recompetition acquisition home page for information purposes. This synopsis is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No technical or solicitation documents exist now. Submit all packages to 45 CONS/LGCZ, ATTN: Rena Antetomaso, 1201 Edward H. White II St, MS 7200, Bldg 423, Room N-203, Patrick AFB FL 32925-3238. All phone calls and emails MUST be directed to Rena Antetomaso (321-494-9963, rena.antetomaso@patrick.af.mil) or Vicki Wilkinson (321-494-4666, vicki.wilkinson@patrick.af.mil).
 
Place of Performance
Address: Cape Canaveral Air Force Station, Patrick Air Force Base, Florida
Zip Code: 32925-3238
Country: USA
 
Record
SN00048050-W 20020327/020325213247 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.