Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOURCES SOUGHT

R -- Supply and Transportation Services

Notice Date
8/12/2004
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS, Unit 14040, Andersen AFB, GU, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
SOOCONS01
 
Response Due
8/31/2004
 
Archive Date
12/31/2004
 
Point of Contact
Eddie Franklin, Team Lead, Phone 671-366-4257, Fax 671-366-1103, - Julie Kocinski, Contract Specialist, Phone 671-366-3004, Fax 671-366-1103,
 
E-Mail Address
eddie.franklin@andersen.af.mil, julie.kocinski@andersen.af.mil
 
Description
11Aug 04 MEMORANDUM FOR: PROSPECTIVE OFFERORS FROM: 36th Contracting Squadron Unit 14040, Building 17000 APO AP 96543 SUBJECT: Capability Statement ? Performance of Supply and Transportation Operations 1. The US Air Force has a requirement for a commercial entity to perform all supply and transportation functions at Andersen AFB, Guam. We are requesting information to determine whether market capability exists to fulfill this requirement. All responses to this notice are voluntary. We will not make reimbursement for any costs associated with providing information in response to this notice. There is no solicitation document at this time. 2. The 36thth Contracting Squadron is seeking information in the form of capability statements and performance work statements (PWS) from interested parties that have the necessary expertise to provide the required services. Interested parties must be able to demonstrate through submission of a capability statement and a PWS their experience with and ability to perform the services described in Attachment 1, Statement of Objectives. The documentation to be submitted in response to this notice may include contracts (both government and commercial) the contractor has performed, references, and any other information that documents the offeror?s capability. Additionally, responses to this notice should contain the following: a. Source information, including company name, address, telephone number, point of contact, contact e-mail address, web page address, your North American Industry Classification System Code and evidence of your registration in the Contractor Central Registry. b. Summary of recent and relevant work; c. Description of problems encountered in performing the service; d. Unique business practices utilized; e. Description/type of quality management/quality assurance systems utilized. 3. Please submit your written capability statement and PWS to eddie.franklin@andersen.af.mil by August 31st, 2004. The information you provide may be used in formulating our solicitation. If you have any questions regarding this notice, please call me at (671) 366-4257. We appreciate your interest and thank you in advance for responding to this notice. //SIGNED// Eddie L. Franklin Jr. Contracting Officer Attachment 1. Statement of Objectives STATEMENT OF OBJECTIVES # 36CONS01 Prepared By: Eddie L. Franklin Jr. A. OBJECTIVES 1. Overall Objectives a. Transportation SUMMARY OF EXPECTATIONS: The contractor shall provide all personnel, equipment, tools, materials, supervision, and meet all requirements and responsibilities for Transportation to achieve the following functions in supporting the Andersen Air Force Base mission: Traffic Management, Combat Readiness Functions, Vehicle Maintenance, Vehicle Operations, and Corrosion Control. All staff must be fully trained, professional, and customer service oriented, consistently providing responsive, flexible, and cost effective service. Quality work performance per applicable standards and guidelines must be ensured. The contractor is expected to partner with the Andersen AFB community in continuously improving the quality of programs and services offered to customers. The contractor is expected to participate in the base recycling program and purchase products as required (affirmative procurement) made of recycled materials. The contractor shall perform the requirements of this Statement of Objectives (SOO) in an environmentally acceptable manner consistent with Federal and local laws as well as applicable Air Force Instructions. The contractor shall perform to the standards in referenced Department of Defense (DoD), Air Force, Pacific Air Force (PACAF), and 36th Air Expeditionary Wing instructions and local procedures. The contractor shall cooperate with base officials in resolving incidents and take corrective action to prevent recurrence. The contractor shall develop requirements/justification for the Operating Budget for Transportation Responsibility Center (RC)/Cost Center (CC) and submit through the Functional Director, as required. Complete and submit all required Air Force (AF) Forms 9, Requests for Purchase, AF Forms 616, Fund Cite Authorization, AF Forms 406, Miscellaneous Obligation Reimbursement Document, AF Forms 4009, Government Purchase Fund Cite Authorization, and other documentation obligating governmental funds unsigned to the contracting officer or designated representative. b. Supply SUMMARY OF EXPECTATIONS: The contractor shall be dedicated to providing services to meet the supply, material, and equipment requirements of Andersen AFB. Major customers include the 36th Air Expeditionary Wing, the 734th Air Mobility Squadron, the 613th Contingency Response Group, the 44th, Detachment 5, Navy Helicopter Squadron, and the Guam ANG, a satellite account of the Andersen Standard Base Supply System. The contractor shall tailor the services provided to match the mission requirements of the supported organizations with emphasis placed on customer support and cost effectiveness. Supply services shall provide immediate support for short-notice or no-notice deployments, contingencies, and exercises throughout the year, 24 hours a day, 7 days a week. The contractor shall use commercial best practices, innovations and information technology to meet specific supply requirements, just-in-time buying, and integration opportunities. The contractor shall establish and replenish sufficient stocks to ensure that operations can be conducted without hindrance, and that stocks are stored in a safe, secure, and environmentally conscious manner. Possession of appropriate security clearances is required to handle all classified/sensitive material. The contractor shall consistently work to keep abreast of all technical changes and upgrades to standard systems. The contractor?s staff shall be professional and customer service oriented, consistently providing quality service to customers in a responsive, timely, and flexible manner. The contractor shall ensure quality work performance in accordance with applicable DoD, Air Force, Major Command (PACAF), local directives and other publications. In doing so, the contractor shall employ fully trained professional personnel to support Supply Services functions on Andersen AFB. The contractor shall ensure all personnel providing professional Supply Services meet the skill set and knowledge requirements consistent with current AF Supply positions they fill. Additionally, the contractor is expected to be a partner with the Andersen community in continuously improving the quality of programs and services offered to customers. 2. Contract Objectives: We seek to establish a contractual agreement and relationship that guarantees rapid, flexible, and affordable performance with the right industry partner. 3. Performance Objectives: We desire a cost effective, efficient, customer responsive, flexible, and measurable supply and transportation capability for Andersen Air Force Base, Guam. The following additional information is provided for clarification. Please do not address this information in the performance work statement that you prepare and submit: --Performance under this contract will be at Andersen Air Force Base, Guam. --Our supply and transportation functions are currently under contract through 30 September 2005. This proposed effort will include a 3-month phase-in period, a 12-month basic contract period and 4-one year option periods, each 12 months in duration. --The Government will provide workload data from previous contract performance. --Government Furnished Equipment, Government Furnished Property, Government Furnished --Services, and Government Furnished Materials will be limited to ADPE, facilities, water, electricity, garbage disposal, and limited custodial. All other required equipment, property, and materials will be the contractor's responsibility. B. Constraints: a. Regulatory ? The Federal Acquisition Regulation prohibits the use of cost reimbursement contracts for the acquisition of commercial items or services; b. Operational ? Guam has a relatively small labor market from which to draw potential employees. A ?secret? or higher clearance level is required for 90-95% of potential employees; c. Financial ? Effort will be funded by annual appropriations; d. Mission Growth ? Andersen Air Force Base may significantly increase its mission from current and past levels, both in scope and size. C. What we seek from you in response to this notice a. Offer solutions in the form of a performance work statement; b. Identify performance measures (based upon your existing commercial practices); c. Explain how your solution(s) will meet our stated objectives; d. Identify the best most efficient contractual instrument to be used.
 
Place of Performance
Address: Andersen Air Force Base, Yigo, Guam
Zip Code: 96543
Country: U.S. Territory of Guam
 
Record
SN00642560-W 20040814/040812212403 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.