Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2004 FBO #1105
MODIFICATION

A -- Operations and Maintenance Air Force Plant 42 Common Area

Notice Date
12/3/2004
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ASC/ENVK 1801 10th St Wright Patterson AFB, OH, 45433-7626
 
ZIP Code
45433-7626
 
Solicitation Number
FA8623-04-R-6350
 
Response Due
11/10/2004
 
Archive Date
9/30/2005
 
Point of Contact
Rosalyn Jones;Gail Porumb,(937)255-2808;(937)255-3187
 
E-Mail Address
Email your questions to rosalyn.jones@wpafb.af.mil;gail.porumb@wpafb.af.mil
(rosalyn.jones@wpafb.af.mil;gail.porumb@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE 12/3/04 Questions and Responses have been posted. IMPORTANT NOTICE On August 31, 2004 a revision was posted that Mrs. Carolle Henderson-Gilbert was replacing Mr. Dan Horine as the Contracting Officer for the AFP42 O+M Acquisition. Please DO NOT forward questions or correspondence to Mr. Dan Horine. All questions and correspondence should be forwarded to Rosalyn A. Jones, Contract Negotiator, 937-255-2808, (rosalyn.jones@wpafb.af.mil); Carolle Henderson-Gilbert, Contracting Officer, 937-255-1959, (carolle.henderson- gilbert@wpafb.af.mil). Thank you. INFORMATION POSTING 11/23/04 The following attachments have been posted to the PIXS site; - Questions from the tour at AFP42 on 11/17/04 - Attendees Listing from the tour on 11/17/04 - Presentation dated 22 June 04 (also presented 11/17/04 Should you have any questions or comments, please contact Rosalyn A. Jones, Contract Negotiator, 937-255-2808; Carolle Henderson-Gilbert, Contracting Officer, 937-255-1959. NOTICE: Due to the number of interested attendees for the AFP42 Site Visit on 17 Nov 2004 we have had to structure the tour as follows: There will be 3 tours, each tour will consist of ten contractors. The schedule is as follows: 9:00 to 9:30 Introductions; 9:30 - 11:00 First Tour; 11:00 - 11:30 Break; 11:30 - 1:00 Second Tour; 1:00 - 2:30 Third Tour. The list of attendees has alphabetize according to company+s names. The first tour will consist of the first ten on the list, etc. Should you have questions, please leave them on Rosalyn Jones+ voicemail (937) 255-2808 with a contact number. Update to Draft RFP 11/9/04 Additional attachments have been added to go with the Draft RFP. The files did not upload when the draft was loaded on 11/8/04. The additional files are as follows; Property, CDRLs and Labor. These are zip files that the folders contain several individual files. If you downloaded the Draft RFP and attachments on 11/8/04, please be sure to go back an download the additional files. Should you have any questions or comments, contact Rosalyn A. Jones, Contract Negotiator, 937-255-2808; Carolle Henderson-Gilbert, Contracting Officer, 937-255-1959. Posting of Draft RFP 11/8/04 The purpose of this announcement is to notify all interested parties of the posting of the Draft RFP and attachments to the PIXS website. The following documents have been posted, the Draft RFP, Property List, CDRLS, Labor Agreements, Performance Work Statement, Sections L+M, DD Form 254 and Award Fee Plan. All questions and comments regarding the Draft RFP and attachments must be submitted in writing no later than 6 Dec 2004, 12 O+Clock PM (EST)to Rosalyn A. Jones via email at rosalyn.jones@wpafb.af.mil or via mail to ASC/ENVK, Bldg 8, 1801 Tenth St, WPAFB, OH 45433-7626. POC Rosalyn A. Jones, Contract Negotiator, 937-255-2808; Carolle Henderson-Gilbert, Contracting Officer, 937- 255-1959. UPDATE TO ANNOUNCEMENT POSTED 11/3/04 The purpose of this notice is to inform all interested contractors that the site tour at Plant 42 at Palmdale, CA scheduled for Nov 17, 2004 at 9:00 AM will allow general access to the major areas where operations take place. These areas include Bldg 531, 560, Fire Stations, Maintenance Facility, Hangar, Fire Fighting Training Facility, Fuel Farm, Pump House and the airfield complex. Participants will not be permitted to engage contractor?s personnel or disrupt on-going operations. Any questions will be documented, then posted to PIXS with a response. Recording devices, cameras, videos and cell phones with cameras are not permitted on the tour. If you have any questions or comments, please contract Rosalyn Jones at 937-255-2808. ANNOUNCEMENT - Operations and Maintenance at Air Force Plant 42 Common Area (11/3/04) The purpose of this notice is to invite all interested parties to a site tour of the common area including the air field at Plant 42 in Palmdale, CA. The tour will be conducted on November 17, 2004, starting at 9 o?clock A.M. All interested parties should meet at the American Red Cross Facility, 2175 East Avenue P, Palmdale, CA. In order to accommodate all prospective firms, each firm desiring to attend must notify Rosalyn Jones in writing (via letter or facsimile (937)255-9985) with a list of attendees (name, address, project title) and submit a visit notification to ASC/Detachment 1, Attn: Anthony James (via letter to 2503 East Avenue P, Palmdale, CA 93550 or facsimile (661)272- 6724 no later than 10 Nov 2004. NOTE: Each firm is limited to two representatives. This meeting will consist of a tour only, questions will not be entertained. All questions must be email to Rosalyn Jones and a response will be posted to the PIXS website. Any additional information concerning the tour will be posted on the Wright Patterson AFB PIXS Home Page: www.pixs.wpafb.af.mil. (Please see attachments for the visit notification form) REVISION (8/31/04) Synposis data is changed as follows: PCO is changed to Carolle Henderson-Gilbert; (937) 255-1959; carolle.henderson- gilbert@wpafb.af.mil (Phonenumber EFFECTIVE 9/7/04) INFORMATION POSTING - 17 AUG 2004 - The following documents have been posted to the PIXS site. Industry Day Attendee Listing; Property Listing; CDRLS; Position Qualifications; Det 1 PWS Workload Estimate (corrected version); Response to Contractor+s Questions/Comments. Should you have any questions or comments, please contact Rosalyn A. Jones, Contract Negotiator at 937-255-2808. ANNOUNCEMENT - Operations and Maintenance at Air Force Plant 42 Common Area (7/19/04) The purpose of this notice is to inform all interested parties that the future acquisition for Operations and Maintenance at Air Force Plant 42 Common Area has been established as a 100% Small Business Set-Aside. Direct all questions and/or comments concerning this acquisition to Rosalyn Jones, Contract Negotiator, ASC/ENVK, at (937) 255-2808. ANNOUNCEMENT - Scheduled Industry Day at Plant 42 (6/8/04) The purpose of this notice is to invite all interested parties to attend an informational conference/industry day on 22-23 June 2004 at the American Red Cross Facility, 2175 East Avenue P, Palmdale CA from 0800 to 1700. On June 23rd, any contractors that wish to make presentations to the Source Selection Team may do so at that time. In order to accommodate all prospective firms, each firm desiring to attend must notify Rosalyn Jones in writing (via letter or by facsimile (937)255-9985) with a list of attendees (name, address, project title) and submit a visit notification to ASC/Detachment 1, attn: Anthony James (via letter 2503 East Avenue P, Palmdale CA 93550 or facsimile (661)272-6724 no later than 15 June 04. NOTE: Each firm is limited to two representatives. All additional information concerning this conference will be posted on the Wright Patterson AFB PIXS Home Page: www.pixs.wpafb.af.mil. This industry day is in support of the upcoming source selection for the Operations and Maintenance of Common Areas at Air Force Plant 42, Palmdale CA. The successful contractor will be required to provide the personnel, program management staff, services, and limited equipment to accomplish the total contract operation of the common areas of Air Force Plant 42. The Performance Work Statement is published in the Wright Patterson AFB PreAward Information Exchange System (PIXS) at www.pixs.wpafb.af.mil. Other proposal documents will be posted in PIXS as they become available. The Air Force is contemplating setting this acquisition aside for Small Business. NAICS Code 561210, Base Maintenance applies to this acquisition with a small business size standard of $30M. Comments regarding the draft PWS and L+M sections are solicited and welcomed to improve the eventual RFP. Proprietary information is not being solicited. Information considered proprietary, if any, should be identified as such. Response should be submitted in both hard copy and in WORD 6.0 (or higher) format and must be received no later than 30 days after the publication date of this synopsis. An Ombudsman has been established for this acquisition. Mr. Michael Higgins, ASC/SY has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact Rosalyn Jones at (937) 255-2808. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Higgins can be reached at (937)255-6005. Direct all requests for solicitations and routine communication concerning this acquisition to Rosalyn Jones, Contract Negotiator, ASC/ENVK, at (937) 255-2808. See Note 26.***** (ADDITIONAL INFORMATION 4/1/04) The Aeronautical Systems Center (ASC) is contemplating a new fixed price contract for the Operations and Maintenance of the Common Area at Air Force Plant 42 (AFP42), Production Flight Test Installation, Palmdale CA in support of the ASC, Detachment 1 (Det 1) mission. This mission provides command and control of AFP42 for production, depot maintenance, and flight test of U.S. Aerospace Systems and to support Government and commercial joint-use airfield operations. AFP 42 is a 5,644 acre Government-owned, Contractor- operated (GOCO) industrial plant with eight separate sites and two active 12,000 foot runways. Six sites at AFP42 are individually leased and maintained by tenants. The runways, taxiways, and common areas are maintained by the Det 1 Operation and Maintenance (O+M) contractor. AFP 42 Common Area is defined as the area inside the perimeter fence exclusive of the tenant sites. The selected contractor will be required to provide the personnel, program/business management staff, services, and equipment to accomplish the total contractor operation of Air Force Plant 42. The O+M contractor must provide fire protection, emergency medical response, and armed security and law enforcement services on 24/7 basis. Fire Protection services include but are not limited to the following: structural fire protection, aircraft rescue fire fighting (ARFF), confined space rescue, emergency medical and emergency transportation service, hazardous material response, fire communication dispatch center, and mutual aid. In addition, the contractor shall be responsible for the administration of a Fire Prevention Program and Facility Inspection Program for the entire installation. The O+M contractor must also provide building maintenance, vehicle maintenance, airfield maintenance, aircraft refueling operations, engineering/environmental services, information and telecommunications, and contract administration services. The government is interested in learning if there are small businesses that have the capability of providing Fire Protection Services. Fire Protection Services include but are not limited to the following: structural fire protection, aircraft rescue fire fighting (ARFF), confined space rescue, emergency medical and emergency transportation service, hazardous material response, fire communication dispatch center, and mutual aid. In addition, the contractor shall be responsible for the administration of a Fire Prevention Program and Facility Inspection Program for the entire installation. A response to this notice must include a written description of your ability to perform Aircraft Rescue Fire Fighting (ARFF) and Structural Fire Protection. Your written description should also include any experience in these areas. Responses must include one hard copy of all requested information in hard copy and an electronic copy compatible with a Microsoft Office Suite or Adobe Acrobat format. Responses shall be received no later than COB on 16 April 2004. Direct all requests for solicitations and routine communication concerning this acquisition to Rosalyn Jones, Contract Negotiator, ASC/ENVK at (937) 255-2808. At this time we are only accepting written responses to this announcement. We are not at the point in this source selection where conducting meetings with the contractor is necessary. (ADDITIONAL INFORMATION END) (Revision 2 - 2/5/2004) Synposis data is changed as follows: PCO is changed to Daniel Horine; (937) 255-1959; daniel.horine@wpafb.af.mil Submission date for capabilities statement is extended to 13 Feb 04. (Corrected Version) The Aeronautical Systems Center (ASC) is contemplating a new fixed price contract for the Operations and Maintenance of the Common Area at Air Force Plant 42 (AFP42), Production Flight Test Installation, Palmdale CA in support of the ASC, Detachment 1 (Det 1) mission. This mission provides command and control of AFP42 for production, depot maintenance, and flight test of U.S. Aerospace Systems and to support Government and commercial joint-use airfield operations. AFP 42 is a 5,644 acre Government-owned, Contractor- operated (GOCO) industrial plant with eight separate sites and two active 12,000 foot runways. Six sites at AFP42 are individually leased and maintained by tenants. The runways, taxiways, and common areas are maintained by the Det 1 Operation and Maintenance (O+M) contractor. AFP 42 Common Area is defined as the area inside the perimeter fence exclusive of the tenant sites. The selected contractor will be required to provide the personnel, program/business management staff, services, and equipment to accomplish the total contractor operation of Air Force Plant 42. A Secret Security Clearance and/or National Agency Check for a determination of trustworthiness (within the last 5 years) may be required in the performance of the contract for selected personnel based on the nature of their duties and positions. The O+M contractor must provide fire protection, emergency medical response, and armed security and law enforcement services on 24/7 basis. The O+M contractor must also provide building maintenance, vehicle maintenance, airfield maintenance, aircraft refueling operations, engineering/environmental services, information and telecommunications, and contract administration services. Fire Protection services include but are not limited to the following: structural fire protection, aircraft rescue fire fighting (ARFF), confined space rescue, emergency medical and emergency transportation service, hazardous material response, fire communication dispatch center, and mutual aid. In addition, the contractor shall be responsible for the administration of a Fire Prevention Program and Facility Inspection Program for the entire installation. Security/law enforcement services include but are not limited to the following: installation entry control and patrols, searches and inspections, pass and registration, security communications dispatch center, reports and analysis, and management of security force guard services. Maintenance includes General Facility, Airfield, and Vehicle Maintenance Services. These services include but are not limited to the following: all pavements, buildings, utility systems, mechanical systems, custodial services, refuse disposal, and rodent/pest control for the common area. In addition, the contractor shall be responsible for fuels storage, refueling and defueling operations, transient alert aircraft operations, Bird Aircraft Strike Hazard (BASH)/Abatement Program, Foreign Object Debris (FOD) Program, maintenance and repair of general and special purpose vehicles utilizing various energy sources. Engineering//Environmental services include but are not limited to the following: engineering services in support of contractor functional departments at AFP 42, recommendations to Det 1 for Capital-Type Rehabilitation (CTR) projects, and recommendations to Financial Plan (FIN), Budget Estimate Submittals (BES), and Program Objective Memoranda (POM) submittals. The contractor shall manage the Energy Conservation Program, maintain plant-wide as- built drawing files and associated information library, provide reproduction services, conduct quality control for taskings performed by sub-contractors or in-house work forces, and maintain/report real property updates utilizing the Automated Civil Engineering Systems (ACES). Environmental services shall initiate, develop, document, implement, and maintain environmental programs to include compliance, pollution prevention, and restoration activities in the common use areas. Information and telecommunications services shall include but are not limited to support of: the following systems: telephone, radio/microwave communication, office automation, and computer networks supporting Det 1 operations. In addition, the contractor shall provide technical recommendations to Det 1 on any proposed changes to electronic interfaces affecting AFP42?s communication hub (facility). Contractor shall also provide Det 1 inter-plant mail, courier, and photographic services. Contract administration services shall include but are not limited to the following: performance of contract administration; procurement; contract budget, accounting, and invoicing; supply management; subcontract management, and scheduling. Management, accountability, and reporting of Government Furnished Property (GFP) shall be governed by Parts 45 and 52 of the Federal Acquisition Regulation (FAR). A condition of performance shall require the Contractor to administer and maintain a safety program IAW Occupational Safety and Health Act (OSHA) standards. An initial draft of the Performance Work Statement will be published in the Wright Patterson AFB PreAward Information Exchange System (PIXS) at www.pixs.wpafb.af.mil early next year. Other proposal documents will be posted in PIXS as they become available. Contract performance is anticipated to begin July 05 with a 60 day transition period. It is anticipated to possibly be a one (1) year contract with nine (9), one (1) year option/award term years. A response to this notice must include the following minimum required information: A) Description of previous operational experience of government- owned or industrial facilities, including contract number(s) (if applicable), location and ownership of the facility, total dollar value of the contract, type of contract (DoD or commercial), total operational time of facility, reason for termination or cancellation, and a point of contact for verification; B) Prospective offerors should provide a brief capability statement (20 pages or fewer) with enough detail to indicate a clear understanding of the requirement and to demonstrate a reasonable expectation of being able to perform on this contract. C) In the brief, explain the strategy/methodology, including any teaming strategy with large or small businesses that would be used to staff this contract based on a start date of July 05. D) Assume that Government Furnished Property (GFP) will be provided and that Contractor personnel will be required to maintain it. E) Financial issues in regard to cash flow and management of the workforce. The Government estimate of the number of contract employees is 100-150. Potential value may be $20 million/year. No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Potential offerors in other set aside areas are invited to express interest. NAICS Code 561210, Facilities Support Services applies to this acquisition with a small business standard of $30M gross revenue average over the last three years. Prospective sources must indicate both their size with respect to the above standard and if they are a small business or other, including 8(a) business, HuB Zone, etc. F) Response must include three copies of all requested information in hard copy and an electronic copy compatible with a Microsoft Office Suite or Adobe Acrobat format. Response shall be received no later than 6 Feb 04. Direct all requests for solicitations and routine communication concerning this acquisition to Rosalyn Jones, Contract Negotiator, ASC/ENVK, at (937) 255- 2808.***** For more information on AFP42OM--Operations and Maintenance Air Force Plant 42 Common Area please refer to http://www.pixs.wpafb.af.mil/pixslibr/AFP42OM/AFP42OM.asp
 
Web Link
AFP42OM-Operations and Maintenance Air Force Plant 42 Common Area
(http://www.pixs.wpafb.af.mil/pixslibr/AFP42OM/AFP42OM.asp)
 
Place of Performance
Address: Air Force Plant 42 2503 East Avenue P Palmdale, CA
Zip Code: 93550-2196
Country: United States
 
Record
SN00716563-W 20041205/041203211908 (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.