Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2004 FBO #0893
SOLICITATION NOTICE

M -- Base Operating Support Services (BOS) at Westover ARB, Massachusetts.

Notice Date
5/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, GA, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
FA6643-04-R0005
 
Point of Contact
Kelly Dawsey, Contract Specialist, Phone (478) 327-0588, Fax (478) 327-0815, - Ron Dean, Chief, Commercial Activites Branch, Phone 478-327-1614, Fax 478-327-0815,
 
E-Mail Address
kelly.dawsey@afrc.af.mil, ron.dean@afrc.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Offeror shall provide all personnel, labor, equipment, tools, materials, supervision, training, licenses and other items or services necessary to manage the Base Operating Support Services and to operate multiple functions at Westover ARB, Massachusetts. Functions include: Base Supply, Motor Vehicle Management, Traffic Management, Real Property Maintenance, Fuels Management, Airfield Management, Transient Aircraft Management, and Meteorological Services. This contract will be subject to the Service Contract Act and the place of performance is Westover ARB, Chicopee, MA. The solicitation will be issued on an ALL OR NONE BASIS. The following minimum experience requirements apply to this acquisition: For the purpose of this acquisition, ?prime? means the prime contractor, lead contractor in a teaming arrangement, or any of the companies, which form a joint venture. ?Team member? means the prime, teaming partner or critical subcontractor. ?BOS? means base operating support services. Minimum Qualification Requirements: Within the last five years, the prime must possess a minimum of one year of experience (excluding orientation period) managing and performing, on a fixed-price basis, a multi-function BOS contract (or commercial equivalent) consisting of two or more functions contained in this solicitation of similar scope and magnitude to those same functions contained in this solicitation; or the prime must possess a minimum of one year of experience (excluding orientation period) managing and performing, on a fixed-price basis, two or more simultaneous single-function BOS contracts (or commercial equivalents) which in the aggregate include two or more different functions contained in this solicitation of similar scope and magnitude to those same functions contained in this solicitation, within the last five years; And within the last five years, a team member must possess a minimum of one year of experience (excluding orientation period) performing, on a fixed-price basis, either Supply Management or Real Property Maintenance functions, of similar scope and magnitude to the requirements in this solicitation. It is the Government?s intent to award a ten (10) year contract which will consist of an orientation period of approximately 30 days, a basic contract period of 12 months, nine priced annual options, and a one to six month short option period, which may be exercised after any contract period. Award is anticipated in FY05. The NAICS Code is 56121, Facilities Support Services. The size standard is $30 million. The Government intends to solicit this acquisition as a 100 % Small Business Set-Aside. Teaming arrangements are encouraged. It is anticipated that offerors will be evaluated using Price Performance Tradeoff (PPT) procedures, FAR 15.101-0. The Government anticipates the solicitation will require submission of four volumes: Volume 1, Present and Past Experience & Performance; Volume 2, Financial; Volume 3, Technical Approach; and Volume 4, Cost/ Price. Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr2000.com prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Point of Contact is: HQ AFRC/LGCP, Attn: Mr. Kelly Dawsey, 255 Richard Ray Blvd., Robins AFB, GA 31098-1637; FAX to (478) 327-0815; OR email Kelly.dawsey@afrc.af.mil. The Government intends to issue a solicitation on or about 20 May 2004. The specific closing date and time for submission of offers will be contained in the solicitation package. The Request for Proposal (RFP) FA6643-04-R-0001 and all associated documents will be posted on the Electronic Posting System (EPS) Web page. No paper copies of the solicitation will be issued. The Internet address is: http//www.eps.gov. It is recommended that all interested Offerors register for this solicitation number through EPS in order to receive automatic update notifications as they are posted.
 
Place of Performance
Address: Westover Air Reserve Base, Chicopee, MA 01022-1525
Zip Code: 01022-1525
Country: USA
 
Record
SN00580439-W 20040507/040505212109 (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.