Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

M -- Sources Sought Synopsis #2/Pre-Solicitation Notice, Keesler PAB Cost Study

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
F41689-02-R-0049
 
Response Due
10/3/2002
 
Point of Contact
Sharon Cooper, Contracting Officer, Phone 210-652-4020, Fax 210-652-3445, - Ron Mortag, Contracting Officer, Phone 210-652-3260, Fax 210-652-3445,
 
E-Mail Address
sharon.cooper@randolph.af.mil, ron.mortag@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS KEESLER AFB BASE OPERATING SUPPORT (BOS) A-76 COST STUDY, PICK-A-BASE. The information provided is the planned strategy at this time. The strategy for this acquisition may change prior to final RFP release. We are seeking qualified large and small businesses, 8(a) concerns, SDB contractors, historically underutilized businesses, women-owned businesses, and historically black colleges and universities and minority institutions under NAICS Code 561210 (Size Standard $23 million) to participate in this Office of Management and Budget (OMB) Circular A-76 Cost Comparison study. The study will consist of looking at all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform seventeen selected service functions, identified below, for the 81st Training Wing at Keesler AFB, MSThis request for proposals is part of a Government cost comparison study pursuant to Office of Management and Budget (OMB) Circular A-76, as implemented by FAR 52.207-2, the OMB A-76 Revised Supplemental Handbook, and Air Force Instruction 38-203, Commercial Activities Program. This study is conducted to determine whether accomplishing the specified work under contract (private) or by in-house (public) performance is more economical. If in-house performance is determined to be more economical, this request for proposals will be canceled and no contract will be awarded. There will be two steps leading to the determination to either award a contract or retain the requirement for in-house performance. The first step is the selection of the best value contractor?s proposal to compare with the in-house cost estimate. The second step is the comparison of the best value proposal and in-house cost estimate with a final decision to either award a contract or retain the work for Government performance. AETC is considering setting aside for small business several of the functions (Little BOS), in which case a separate award would be made to a small business firm for these areas, with the remaining functions falling under a separate contract award (Big BOS). Two separate Government bids will be prepared, one representing the Big BOS areas and the second representing the Little BOS areas. There are four possible award scenarios: Both Big BOS and Little BOS may go contract, both Big BOS and Little BOS may remain in-house, Big BOS may be contracted out while Little BOS remains in-house, or Big BOS may remain in-house while Little BOS is contracted out. THIS COST STUDY WILL NOT RESULT IN A CONTRACT AWARD IF GOVERNMENT PERFORMANCE IS CONSIDERED MORE ADVANTAGEOUS. The Big BOS includes service areas 1 ?14 (listed below) and the Little BOS includes service areas 15-17. The functional groupings to support the infrastructure at Keesler AFB are defined as follows: (PLEASE NOTE THAT THESE AREAS MAY NOT BE ALL ENCOMPASSING) 1) Space Management ? space use surveys, needs assessment and requirements validation, assessment of allocation and the preparation of reallocation proposals to ensure efficient and adequate use of facilities 2) Grounds and Site Maintenance ? grounds maintenance, entomology services, and roadway construction and maintenance 3) Operations and Maintenance ? work order management, airfield maintenance, housing maintenance, building services requests, and industrial utilities maintenance 4) Environmental ? hazmat, asbestos/lead-based paint program management, disposal of all hazardous waste on base 5) Energy and Utilities Management ? purchasing, peak load shaping and total costs associated with the operation and maintenance of a co-generation plant and back-up generation, water and sewage distribution systems, electrical distribution, street light maintenance, traffic signal maintenance, energy monitoring and control systems, hospital back-up generation 6) Engineering Services ? facilities planning, project design, and construction management 7) Emergency Management ? simulation exercise, shelters, emergency response team, unit disaster preparedness programs, disaster preparedness briefing training, and writing and validating emergency response plans 8) Housing ? ensuring adequate housing, budgeting, housing assignments for stationed personnel, quality assurance of quarters offered 9) Resource Management ? preparing budget reports, base real property management, maintaining records for charge-back system 10) Supply Services ? procurement, warehousing and demand forecasting services for supplies, equipment, munitions and fuels on base, ordering, receiving and storing additional units of supply 11) Airfield Support Services ? management of airfield facilities (runway maintenance, runway markings, barrier maintenance, lights, signs), purchase and maintenance of aircraft support equipment, weather personnel, crash recovery support, life support, AGE maintenance and transient alert 12) Human Resources ? training related to corporate policy, maintenance of military personnel records, tuition assistance management, counseling personnel on education, coordination of professional military education 13) Marketing and Publicity ? development and implementation of non-sponsored and commercially sponsored promotions for Morale, Welfare and Recreation (MWR) and other organization, formulation and implementation of marketing plans intended for both internal and external markets 14) Community Services ? providing indoor and outdoor recreational facilities, fitness and athletic programs, a full service library, and automotive repair instruction 15) Communications and Information Technology ? application development, application support, cable management, email, troubleshooting down to desktop, managing FSA and WAN, AFCERTS, BTS 16) Visual Information Services ? production of high quality of visual graphics, still photography, video-teleconferencing, satellite video broadcasts worldwide, video production for classroom and public affairs equipment loan/checkout/setup/operation 17) Publishing Management ? analysis, design, production, standardization and maintenance of publications and forms Contract Type: Both the Big BOS and the Little BOS will initially be Cost Plus Award Fee/Award Term then converting (through negotiations) to Fixed Price Award Fee/Award Term during option year 3 for all remaining years. Contract Length: Basic period of 12 months (1 Oct 04 ? 30 Sep 05), 4 Option Years, 5 Award Term Years. Best Value Source Selection Type: Performance Price Tradeoff (PPT) permits tradeoffs between price and the past performance evaluation for technically acceptable proposals. Proposal Requirements: --23% of total target cost must be designated to Small Business-5% of total subcontract dollars must be designated to Small Disadvantaged Business (SDB) Includes HBCU/MI?5% of total subcontract dollars must be designated to Women-Owned Small Business (WOSB)?3% of total subcontract dollars must be designated to HUBZone Small Business concerns?3% of total subcontract dollars must be designated to Service-Disabled Veteran Owned Small Business concerns. Evaluation Criteria: Mission Capability: (evaluated for technical acceptability only), Understanding the Mission, Mobilization/Transition, Small Business Participation, Past Performance, Cost. Draft Acquisition Milestones: Draft PRD release ? 12 Aug 02; Draft RFP release ? 12 Aug 02; Industry Day ? TBD; Final RFP release ? 3 Oct 02; proposal receipt date ? 12 Mar 03; cost comparison ? 9 Oct 03. Start MEO/Contract Performance ? 1 Oct 04. Please send an email to sharon.cooper@randolph.af.mil and ron.mortag@randolph.af.mil with your company name and a point of contact (name, phone, fax and e-mail) if you are interested in participating in this requirement, if you have not already done so. Input into the acquisition strategy is encouraged and welcomed. The mailing address for individuals listed above is AETC CONS/LGC, 2021 FIRST STREET WEST, RANDOLPH AFB, TX 78150-4302; fax (210) 652-3445. No telephone inquiries accepted. Point of Contact Sharon Cooper, Contracting Officer, Phone 210-652-4020, Email sharon.cooper@randolph.af.mil Ron Mortag, Contracting Officer, Phone 210-652-4856, Email ron.mortag@randolph.af.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/SCS/F41689-02-R-0049/listing.html)
 
Place of Performance
Address: Keesler AFB MS
Country: USA
 
Record
SN00114759-F 20020713/020711215657 (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.