Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2006 FBO #1783
MODIFICATION

M -- HQ AMC Public Announcement of Public-Private Competition, Aerial Delivery

Notice Date
10/12/2006
 
Notice Type
Modification
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
Reference-Number-ADFS-062106
 
Response Due
10/31/2006
 
Archive Date
11/15/2006
 
Description
THIS IS NOT A SOLICITATION NOTICE. This synopsis is issued for information and planning purposes only. The Air Force will not be responsible for any costs incurred by interested parties in responding to this source sought notice. The Air Force is conducting market research to determine capability and interest of commercial firms in performing the Aerial Delivery function at Charleston AFB, SC; Dyess AFB, TX (Abilene area); McChord AFB, WA (Tacoma area); and Pope AFB, NC (Fayetteville area). The following are basic performance requirements for the Aerial Delivery function: (1) Rig and prepare aerial delivery loads; (2) Inspect, clean, store, repair, and pack cargo/extraction parachutes; (3) Drop Zone (DZ) recovery; (4) Participation in airdrop malfunction investigations; and (5) Onload/Offload aircraft. There are approximately 93 Government personnel overall performing the work at these four locations. Request interested contractors submit a capability package to include the following information: (1) Name and address of company; (2) Business Size (Large, Small, disadvantaged, HUBZone, or women owned, etc); (3) Company Point of Contact to include telephone number, fax number and e-mail address; (4) Contract references relating to Aerial Delivery Flight Services to include: Contract Number; agency supported, whether or not contractor was a prime or a subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, POC with current phone/fax number, and a brief description of the effort; and (5) Information demonstrating the company?s ability to perform aerial delivery services as described above. Please limit the capability package to 20 pages. Additionally, the Government is interested in determining the practices of firms engaged in producing, distributing, and supporting aerial delivery services such as terms of warranties, buyer financing, maintenance and packaging, marking, and quality control/assurance. Your submission must be clear, concise, and complete and submitted by COB 31 Oct 06 via e-mail to rickey.mabry@scott.af.mil. It is anticipated that the period of performance will be a basic year plus four one-year option periods. For purposes of this synopsis the small business size standard is $6M and the North American Industry Classification System (NAICS) Code is 488190. The Headquarters Air Mobility Command (HQ AMC) announced an initial performance decision for the Command-wide Aerial Delivery function. Competition between the Agency Cost Estimate (ACE) and the cost of private sector performance determined contract performance to be the most efficient and cost effective method of operation. On 20 June 06, HQ USAF/A1MS approved AMC?s request to conduct a Streamlined Competition. In accordance with Air Force policy, the study must reach a performance decision, to retain in-house or convert to contract, within 90 days from the public announcement date of 21 Jun 06. During this 90-day period the Government conducted market research to develop an estimated contract price. This estimated contract price was then compared to the ACE in order to determine the most cost efficient method of operation. Again, this comparison deemed contractor performance more cost efficient. However, before a contract can be awarded, the Government must verify via typical acquisition procedures that contractor costs are indeed cheaper than the Government?s ACE. If the contract price is higher, the solicitation will be cancelled and the military authorizations converted to civilian for Most Efficient Organization (MEO) performance.
 
Place of Performance
Address: Charleston AFB, SC; Dyess AFB, TX; McChord AFB, WA; and Pope AFB, NC
 
Record
SN01164585-W 20061014/061012220520 (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.