Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2004 FBO #0844
SOURCES SOUGHT

V -- Aircrew Transport/Fleet Servicing

Notice Date
3/17/2004
 
Notice Type
Sources Sought
 
NAICS
485111 — Mixed Mode Transit Systems
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street Bldg 449, March ARB, CA, 92518-1650
 
ZIP Code
92518-1650
 
Solicitation Number
Reference-Number-452LRSLGT
 
Response Due
3/24/2004
 
Archive Date
4/8/2004
 
Point of Contact
Shirley Lewis, Contracting Officer, Phone (909) 655-2046, Fax (909) 655-3772,
 
E-Mail Address
Shirley.Lewis@march.af.mil
 
Description
The 452nd Operational Contracting Office has an interest in obtaining information from potential sources with the capability to provide Aircrew Transportation and Fleet Services for the 452nd Logistics Readiness Squadron and March Air Reserve Base, CA. The primary responsibilities would be, using 29-45 passenger buses and two 8 to10-passenger multi-stop vans, to transport: home station flight crews to/from flight line to squadrons, base ops, armory, etc.; and transient crews to/from base operations to lodging, dining, etc. Service would also include but is not limited to the following: servicing the aircraft with local passenger kits; first aid kits as required by the daily flying schedule; all required comfort items provided for aircrew and limited comfort items for passengers to include ear protection, water, coffee, etc.; and service for blankets and pillows (cleaning and replacement). Normal duty hours for this requirement will be 0700-2300 hours on a 7-day week basis. Weekends and Holidays between 0700-2300 hours will be manned at minimum levels by personnel on standby or as required on-site by the posted flying schedule. A contract will not be awarded unless the cost of contracting is lower than the cost of continued Government performance by the minimum cost differential. The minimum cost differential is ten percent of the personnel cost in the Government?s In-House Cost Estimate (IHCE). Approximately six full time equivalent positions are affected by this study. Government personnel adversely affected by conversion of government performed services to contract have Right of First Refusal for jobs for which they are qualified. The contract performance period is anticipated to be five years, including one base year, and four twelve month options. A performance-based combination firm fixed price, indefinite quantity contract with award option provisions is anticipated. The primary North American Industry Classification System (NAICS) code for this requirement is 485111 (Mixed Mode Transit System with the applicable size standard being $6.0 million). Secondary NAICS and applicable size standard is 561110 (Command Support and Supply Support with applicable size standard being $6.0 million). Interested sources should provide a letter of interest by 24 March 2004, via e-mail in Microsoft Word format and mailto:shirley.lewis@march.af.mil. The letter of interest should include the following: 1) Name and address of the firm; 2) Size of business (including annual revenue for primary and/or secondary NAICS codes and annual revenue for entire business), and total of employees; 3) Ownership; 4) Year firm established; 5) Name of principal contact, including title and telephone no.; 6) Description of previous related experience. THIS IS NOT A SOLICITATION. This sources sought notice is for informational and planning purposes only. All information submitted is at the offeror?s own expense. Respondents will not be contacted regarding their submission or information gathered as a result of this notice. The Government reserves the right to consider a small business set-aside based upon the responses received. Interested parties should provide the name of their firm and contact information to receive future information on this requirement.
 
Place of Performance
Address: 452 OSS, March ARB, CA
Zip Code: 92518-1650
Country: USA
 
Record
SN00548018-W 20040319/040317223051 (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.