Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOURCES SOUGHT

M -- Vance AFB Aircraft Maintenance and Base Operating Support (BOS) Services

Notice Date
11/18/2005
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-06-R-0003
 
Response Due
12/9/2005
 
Description
Request for Information (RFI): The Air Education and Training Command (AETC) Contracting Squadron is seeking information concerning the availability of capable contractors to provide non-personal services for Aircraft Maintenance and Base Operating Support (BOS) at Vance Air Force Base, Enid Oklahoma for the period of 1 Oct 07 ? 30 Sep 08 (45 day mobilization scheduled 15 Aug - 30 Sep 08) with six one-year options and a six-month option to extend services. This RFI is an attempt to locate businesses experienced in aircraft maintenance and BOS services that express interest in performing these requirements. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. The tentative solicitation issue date is 21 July 2006, however this date is subject to change. The Government will award one contract. A fixed-price incentive (firm target) type contract with award fee feature is contemplated. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. Contacts to Government personnel by potential offerors regarding this project are not allowed. The contracting officer, Ms Linda Byerly, will post all information regarding this solicitation as soon as it becomes available. Comments and information on the following are requested: (1) Company name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a)), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as ?Prime Contractor? on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as ?Prime Contractor? on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) Indicate if your company primarily does business in the commercial or Government sector; (8) Please describe any commercial-sector contracts you have performed for similar combined services (if applicable; (9) Indicate which NAICS code(s) your company usually performs under for government contracts (if applicable); and (10) Please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Vance Air Force Base. Request responses be provided no later than 9 December 2005. The planned NAICS (North American Industry Classification System) codes are 561210 (Facilities Support Services) and 488190 (Other Support Activities for Air Transportation), with the applicable small business size standard of $30 million in annual gross receipts. Requirement: (Note: The description herein is a summary of the required services and is not intended to be all-inclusive). Description of Services Applicable to all services: Services shall be performed in accordance with (IAW) the objectives and responsibilities outlined in Public Law, DoD/Air Force (AF) series directives as well as AETC/Wing/Base instructions, regulations, plans and applicable equipment and/or general support technical orders/data. a. Provide all vehicles, equipment, tools, and supplies unless specified in the Performance Work Statement (PWS) as Government furnished or provided. b. Perform all required Resource Management functions to include development, preparation, submission, and maintenance of financial plans and budgeting estimates IAW the objectives and responsibilities outlined in Public Law, DoD/Air Force series directives, applicable AF/AETC/Wing/Base instructions, regulations, and plans as stated above. c. Perform all computer workgroup management responsibilities within each functional area for all Government provided equipment. d. Perform records management for all generated and received government documents. e. Perform in an environmentally acceptable manner f. Establish an occupational health and safety program for employees which complies with the Occupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting OSHA Standards 29 CFR 1910 and 1926, including applicable DOD and Air Force Safety Guidelines required to protect Government resources and the general public. Comply with Air Force Occupational Safety and Health (AFOSHSTD) Standards only to the extent required to protect AF resources (facilities, equipment, and AF personnel) and the general public. g. Comply with all base security requirements. A secret clearance is required in some work areas. Aircraft maintenance services: Provide maintenance and ground support for 49 (T-1), 91 (T-6) and 60 (T-38C) aircraft with an estimated 80,000 flying hours annually. The services include the following: a. Organizational level (on-equipment maintenance (directly on the aircraft or support equipment at flightline level)) services to include the following (not all inclusive): Aircraft ground handling support (aircrew assistance (assisting aircrews with per flight checks (aircrew walk around)), launch (applying electrical power, high volume pneumatic air for engine start, performing flight control visual operational checks with the aircrews at the controls, and marshalling the aircraft out of the parking spots), recovery (marshalling the aircraft into the parking spots, assisting the aircrew with exiting the aircraft, and assisting the aircrews with after flight inspection and aircraft records documentation (aircraft 781 forms documentation), aircraft servicing, safety of flight (pre, thru, and post flight inspections), and corrosion prevention and cleaning); scheduled and unscheduled maintenance and repair; and management support of all assigned T-1, T-6, and T-38C aircraft, J85 engines (30 percent retained tasked) (Note: J85 engines sent to the Engine Regional Repair Center at Laughlin AFB TX for periodic inspection and major unscheduled repairs), and associated ground equipment. b. Intermediate level (off-equipment maintenance (backshop) on removed component parts or equipment) services to include the following (not all inclusive): accessories (electrical and environmental (E&E), egress, fuel, hydraulic systems, and wheel and tire), avionics, fabrication (structural maintenance (Sheet metal), metals technology (welding), survival equipment, and non-destructive inspection (NDI)), propulsion (engine), Aerospace Ground Equipment (AGE), Precision Measurement Equipment Laboratory (PMEL) c. Maintenance operations: Maintenance Operations Center (MOC), Plans, Scheduling and Documentation (PS&D), maintenance data system analysis, and engine management d. Other service include Quality assurance, transient aircraft support, base historical/static display aircraft (corrosion prevention, cleaning and painting, aircraft maintenance and repair, and record management), aircraft crash recovery, off-station recovery support (to include all western region off-station recovery), and munitions management and storage. Base Operating Support (BOS) services. Provide operating support to the base populace and assigned units as described below. a. Civil Engineer: Operations and maintenance [real property, real property installed equipment (RPIE) maintenance, facilities management and repair (includes utilities, lighting, and HVAC) for all base facilities, barrier maintenance for aircraft arresting systems, and maintenance and repair of Kegelman Aux Field], energy management (administer base utilities energy management program to include education and monitoring), fire protection [(airfield crash rescue and fire response) (base structural and family housing fire response) (base emergency medical response) (base fire marshal, fire education, and fire inspection) (hazardous material spill response) (DoD/AF/Civil support agreement maintenance)], custodial (facility, family housing, and dormitory), engineering services (community planning, engineering services, major repair, construction services, and facility project planning and design), environmental (environmental compliance monitoring and integrated pest management service, recycling), site maintenance [(roads, sidewalk, pavement, fence, signage, refuse collection, and recreational area maintenance and repair) (grounds and landscape upkeep)], space management (assess and validate base and facility space requirements), housing management (family housing and dormitory facilities management to include off base referral services), emergency management (base disaster and wartime planning, preparation, and training). b. Logistics: Supply (Air Force aircraft parts and base and aircraft material/equipment management and distribution), Fuels service (aircraft and vehicle fuel distribution, delivery, and storage management and services), Transportation (base vehicle fleet management and repair, government and commercial surface/air cargo/passenger transportation, and contingency deployment support). c. Communications/Information Technology: IT planning, telecommunications/infrastructure management, Land Mobile Radio (LMR)/Personal Wireless communication Systems (PWCS)/frequency management, base communications (telecommunications, and messaging center management), base distribution point management, Local Area Network (LAN) and network/infrastructure management, computer systems and software management, information assurance, customer support to include one or more designated Work Group Managers, information management (base information transfer system, base locater, special orders, postal service) technical order distribution, publications and forms management, web services, reprographics, multimedia services (graphic/photographic imaging, presentations), video services, equipment plans. d. Services: Community services (linen exchange, child development center, youth activities, preschool/school age and teen programs to include operating the base childcare facility), library, bowling center, skills development (operate frame shop, wood working, crafts, and auto repair centers), fitness centers (operate fitness/sports, health and wellness centers), base pools (operate and staff to include life guards), equipment check-out, and outdoor recreation). e. Local purchase: Procure an estimated $12 million annually of items for base activities using the Federal Acquisition Regulations as a guide. f. Airfield management: Manage base operations to include airfield runway and taxiway safety and operational inspections. g. Lodging: Manage base lodging (hotel) facilities and family temporary lodging facilities. h. Aircrew Members Life Support: Provide life support equipment (personal parachute, parachute harness, helmets, survival kit, emergency locator, and G-suit) fitting, issuing, inspection, and maintenance for each flying squadron assigned to Vance AFB. Provides aircrew member training on aircraft egress, parachute, and survival procedures. Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether or a not a SB set-aside is appropriate for this acquisition based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. In the solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals.
 
Place of Performance
Address: Vance AFB, Enid OK
Zip Code: 73705
Country: USA
 
Record
SN00934413-W 20051120/051118211925 (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.