Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2005 FBO #1234
MODIFICATION

99 -- SOUTHWEST ASIA PREPOSITIONED WAR RESERVE MATERIEL (WRM)

Notice Date
4/11/2005
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
FA4890-05-R-0144
 
Response Due
12/23/2004
 
Point of Contact
Constance Young, Contract Specialist, Phone (757) 764-7464, Fax null,
 
E-Mail Address
constance.young@langley.af.mil
 
Description
The U.S. Air Force, Air Combat Command (ACC) Contracting Squadron, Langley AFB, Virginia is in the process of determining the acquisition strategy for a potential requirement for the operations, maintenance and support (O, M, & S) of Prepositioned War Reserve Materiel (WRM) stored in the Sultanate of Oman, State of Qatar, and State of Bahrain. Services also require the operation of a supply stock control function and contractor liaison office at Shaw AFB, SC. The United States Central Command Air Forces (USCENTAF), the designated air component of the United States Central Command (USCENTCOM), uses pre-positioned WRM to support apportioned forces deployed to Southwest Asia (SWA). Pre-positioning is a force multiplier for providing bare base systems; medical; munitions; Tanks, Racks, Adapters, and Pylons (TRAP); Fuels Mobility Support Equipment (FMSE); vehicles; rations; Aerospace Ground Equipment (AGE); Air Base Operability (ABO) equipment; and associated spares and other consumables at designated operating locations. In the past, WRM operating locations have included SEEB, Oman; Thumrait, Oman; Masirah, Oman; Al Udeid, Qatar; Manama, Bahrain and Albany Georgia. The performance period will be a six (6) month phase-in period, a base period of one (1) year, and nine (9) options for one (1) year each. The Government is contemplating a cost-plus-award fee type contract to fulfill this requirement based on historical data and past market research. The NAICS Code 561210 is applicable to this effort. This is not a formal Request for proposal, and no contract will result from this synopsis. A draft RFP will be issued in order to obtain industry comments on the requirement. All documents associated with this projected requirement will be made available only on the Electronic Posting System, FedBizOpps website at http://www.eps.gov. To assist us, the Air Force requests the following information from potential offerors: (1) What is your company name, point of contact, mailing address, phone number, and e-mail address? (2) What is your business classification (e.g., large business, small business, small disadvantaged business, etc.)? (3) Are you interested in competing for this acquisition once/if the requirement becomes available on solicitation? (4) What type of corporate experience do you have that is similar to the type of work described above? (5) How many years of corporate experience does your firm have with requirements of this nature? (6) Of this experience, what has been the magnitude of the requirements? The Government anticipates an Industry Day at Shaw AFB, SC on or about 16 May 05 and a site visit in Southwest Asia on or about 1 Jun 05 through 14 Jun 05. Please advise of your availability to attend/participate in these two activities. Also, please identify in your correspondence if items should be protected from release outside the government due to proprietary and/or competitive restrictions. Interested parties should submit the requested information to the following POC: Primary POC: By Mail: ACC Contracting Squadron/LGCB Attention: Captain Constance Young 130 Douglas Street, Suite 400 Langley AFB, VA 23665-2791 By E-Mail: constance.young@langley.af.mil Alternate POC: By Mail: ACC Contracting Squadron/LGCB Attention: Lieutenant Cynthia Darnell 130 Douglas Street, Suite 400 Langley AFB, VA 23665-2791 By E-Mail: cynthia.darnell@langley.af.mil
 
Record
SN00785872-W 20050413/050411211852 (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.