Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2006 FBO #1572
SOURCES SOUGHT

M -- Sources Sought for A-76 Study

Notice Date
3/15/2006
 
Notice Type
Sources Sought
 
NAICS
488111 — Air Traffic Control
 
Contracting Office
ACA, ITEC4 - West, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W9124A-06-R-A760
 
Response Due
4/12/2006
 
Archive Date
6/11/2006
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis. The ITEC4-W Directorate of Contracting (DOC), is seeking an Expression of Interest (EOI) from prospective contractors or other concerned individuals or organizations who may be interested in participating in the A- 76 Study for the installation support services RANGE CONTROL and AIRFIELD, Fort Huachuca, Arizona guided by the Office of Management and Budget (OMB) Circular No. A-76. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Gov ernment to an ultimate acquisition approach. The Government should not construe this synopsis as a commitment for any other purpose. For Range Control the Contractor shall provide all administrative and technical assistance related to providing Range Cont rol services to activities performing training on Ft Huachucas 27 land use areas, 8 training sites and 8 live fire ranges in accordance with Local and Army Regulations which include but are not limited to: range and training facility or land scheduling; s igning out and in ranges and equipment; pre, during, and after range inspections; target fabrication, inventory and emplacement; equipment, range and facilities maintenance; customer service; safety inspections; range computer program operation; reports fo r personnel, land usage and environmental impact. Facilities and currently used equipment will be provided for this function and will be inventoried and accepted or rejected at contract signing. For the Airfield, the contractor must provide administrativ e and technical assistance related to airfield operations to the Airfield manager, pilots, and airfield personnel. Monitor airfield daily and perform physical airfield checks for flying safety hazards including foreign object damage material, violations o f airfield clearance criteria, and hazards to landing, takeoff, taxiing, or parked aircraft. Initiate actions to eliminate hazards when found, advise on procedures to be applied and coordinated with appropriate base agencies. Determine the need for imple menting airfield restrictions and implement airfield restrictions based on weather factors or accidents/incidents. Initiate and cancel NOTAMS (Notices to Airmen) on airfield facilities/conditions. Monitor reports on aircraft braking action and pass infor mation to Weather detachment for entry on the weather sequence. Distribute and issue Flight Information Publications (FLIPS) and navigational maps. Coordinate and maintain a flight planning room with current applicable publications. Approve/disapprove r equests for civil aircraft landings. Initiate and coordinate base emergency actions and requirements to the scene of all aircraft accidents and incidents until relieved by higher authority. Oversee and coordinate the anti-hijack and anti-theft actions on the airfield. Monitor flight line authorizations. Responsible for security of aircraft ignition keys, vehicle keys and portable radios. Operate non-tactical communications equipment to coordinate and advise aircraft servicing, aircraft parking, cargo h andling, passenger pickup/delivery, aircrew flight line transportation, and distinguished visitor requirements. Notify Military police, US Customs, and other required agencies of aircraft arriving directly from foreign countries, and of aircraft arriving on a permit to proceed. Provide necessary information to pilots to complete their intended flight and assist them with calculations where required. Reviews proposed flight plans for technical accuracy and compliance with DOD, USA, USAF, USN, FAA, and ICA O directives. Discusses proposed flight plan with the pilot and recommends changes. Brief pilots on alternate airports and facilities, status and limitations of navigational aids, special use airspace activity, air traffic control and noise abatement pro cedures, Standard Instrument and radar departures, NOTAMS, communications requirements, airfield conditions and hazards, and restrictions to ground movements. Convert flight plan information into proper format and code, and enter data into the FAA computer, Aeronautical Fixed Telecommunications Network (AFTN) by way of the Aeronautical Information System-Replacement (AIS-R). Provide flight following as required on all flight plans. Initiate flight plan changes. Initiate flight notification messages and notify all destination stations via AFTN. Initiate special actions and/or precautions when VIP, hazardous cargo, and air evacuations flights are involved. Pro vide emergency assistance to aircraft as required. Initiate search and rescue action on overdue aircraft. The service provider will be required to provide the leadership and management expertise necessary and appropriate to manage and to accomplish all f unctions contained in the Performance Work Statement (PWS). The annual baseline cost is approximately $1.5 million. The DOC will issue a draft Request for Proposal (RFP) for this acquisition date to be announced at a later date with an amendment to this a nnnouncement. The NAICS code for this action is 48811 and the small business size standard is total annual receipts of less than $30 million. DOCs competitive sourcing process will examine the financial impact of providing the services in-house or by co ntract. The examination is conducted in accordance with the Office of Management and Budget (OMB) Circular No. A-76. The A-76 guidelines encourage competition and provide a level playing field between public and private offerors. Prospective offerors des iring to be added to the bidders list are requested to submit an EOI that identifies the prospective offeror (business/organization name, business size, point of contact, email address, and telephone number). Submit your EOI to the POC identified below o n or before 12 April 2006. Point of Contact Gay R. Moss, Contract Specialist, Phone 520-533-1066, Fax 520-533-5157, Email: gay.r.moss@us.army.mi.
 
Place of Performance
Address: ACA, ITEC4 - West ITEC4 Contracting, DOC Operations Branch, Bldg. 22208 Fort Huachuca AZ
Zip Code: 85613-5000
Country: US
 
Record
SN01007027-W 20060317/060315212256 (fbodaily.com)
 
Source
FedBizOpps 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.