Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
SOURCES SOUGHT

M -- Pre-Solicitation Notice For Maxwell-Gunter AFB BOS FA3002-06-R-0004

Notice Date
3/27/2007
 
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-0004
 
Response Due
4/13/2007
 
Point of Contact
Kimberly Williams, Contract Specialist, Phone 210-652-7350, Fax 210-652-3445, - Patricia Barber, Contract Negotiator, Phone 210-652-3073, Fax 210-652-3445,
 
E-Mail Address
kimberly.williams2@randolph.af.mil, patricia.barber@randolph.af.mil
 
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 Base Operating Support (BOS) at Maxwell AFB and Gunter Annex, Montgomery, AL for the period of 1 Oct 07 through 30 Sep 08 (45 day mobilization scheduled 15 Aug through 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 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 cost plus incentive (firm target) type contract 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 Kimberly Williams, 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) If you indicated your roll will be a ?Subcontractor? on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable, (10) Indicate which NAICS code(s) your company usually performs under for government contracts] and (11) Please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Maxwell AFB]. Request responses be provided no later than February 9, 2006. The planned NAICS (North American Industry Classification System) code is 561210 (Facilities Support Services), 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. Base Operating Support (BOS) services. Provide operating support to the base populace and assigned units as described below. a. Information Technology: Services to be provided, network operations management, network infrastructure improvement, network and information security, enterprise technology management, applications support, user support and training, database administration, distributed computing software support and voice and video communications support. b. Community Services: Services to be provided, recreational activities and skills development services, community center, community libraries, fitness and sports services, outdoor recreation services. c. Custodial: Services to be provided, custodial services for Maxwell-Gunter facilities, cleaning of family housing units upon change of occupancy. d. Emergency Management: Services to be provided, preparedness, response, recovery. e. Energy Management: Services to be provided, energy consumption and conservation education, energy management planning, energy consumption monitoring. f. Engineering Services: Services to be provided, facility planning, facilities project program, project management, project design, technical assistance and evaluations, engineering support, construction management, warranty services. g. Environmental: Services to be provided, general environmental compliance services, program specific environmental compliance services, planning, programming, and budgeting services, environmental, operating cost reduction services, description of services and outcomes, general environmental compliance services. h. Transportation: Services to be provided, cargo transportation, passenger transportation, vehicle fleet management, i. Site Maintenance: Services to be provided, roads, sidewalks, fences, signage, site maintenance, and pavements maintenance, integrated pest management services. j. Housing: Services to be provided, housing, management of base housing resources. k. Human Resources: Services to be provided, customer service function, personnel records and HRIS management function, assessment and counseling, management and administration of comprehensive education and training programs, management of the military/DOD civilian awards and decorations programs (excludes performance awards), management and administration of effective testing services, support for special functions and interest requests. l. Airfield Support: Services to be provided, airfield management, weather forecasting and observations, transient alert services, static display aircraft and maintenance, survival equipment services. m. Supply: Services to be provided, material management, inventory tracking and accounting documentation, fuels and related products services, contingency services. n. Operations and Maintenance (O&M): Services to be provided, central energy plant and environmental control systems operations, real property and RPIE maintenance, real property and RPIE repair, RPIE installation and minor alterations, specialized engineering surveys, studies and programs. o. Resource Management: Services to be provided, management of PPF?S for all included activities, real property accounting and inventory management, NAF accounting support. p. Publications and Forms Management: Services to be provided, publications management, forms management, publication of 42 ABW staff directory, application support services. q. Space Management: Services to be provided, assessment and validation of customer space requirements, location of adequate area meeting all customer requirements and approval of final space utilization proposal, completion of appropriate legal and environmental actions and real estate contracts, coordination of appropriate facility preparations, including construction, alteration, renovation, maintenance, furnishings, and information technology requirements. r. Marketing and Publicity: Services to be provided, commercial sponsorship promotion/advertising sales program, promotional plans design, services publicity media design, marketing plans development, printing administration. Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether or 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: Maxwell AFB, AL
Zip Code: 36112
Country: United States
 
Record
SN01259904-W 20070329/070327220549 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.