Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOURCES SOUGHT

J -- Launch Operation Support Contract (LOSC)

Notice Date
9/4/2008
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-08-R-0016
 
Archive Date
10/20/2008
 
Point of Contact
Celeste Cappomagi,, Phone: 805-606-2228, Reggie Stanford,, Phone: (805) 606-5865
 
E-Mail Address
celeste.cappomagi@vandenberg.af.mil, reggie.stanford@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
There is not a solicitation for any action at this time. This synopsis is issued for the sole purpose of the 30th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified sources capable of providing the necessary services for Launch Operations Support. The contemplated contract will be for providing maintenance, modification, and modernization for the aging facility, property, and Western Range support equipment to ensure successful performance during tests, operations, and launches. The applicable NAICS code of 561210 with a $35.5M small business size standard is applicable. Statement of Need follows giving a brief description of the services sought. The Government is particularly interested in maximizing participation from Small Businesses. Interested offerors are asked to furnish a capability statement no later than 1600 hours PDT 5 Oct 08. Please include company name, address, telephone number, point of contact with an email address, business size, DUNS number, CCR Registration number, Federal CAGE code, general description of the company, how long the company has been in business and a description of similar contracts with the government and/or commercial customers (include points of contact, contract numbers, value and contract type). Additionally, each submitter must provide a detailed response to the following seven questions by documenting their responses with factual material. Request respondents limit these answers to a total of no more than 15 pages. 1) Do you have the technical and financial capability to provide personnel, equipment and materials to perform all requirements in the Statement of Need? 2) Do you have past performance experience with maintaining military launch and testing facilities, along with Real Property such as Aerospace Ground Equipment, alarms, cranes & hoists, elevators, generators, mechanical, pressure vessels, structural, towers and utilities? 3) Do you have past performance experience with implementing a Reliability Centered Maintenance Program to improve reliability of Property and Equipment? 4) Is your company prepared to be liable, when negligent, for environmental and safety mishaps? 5) Has your firm ever had a pre-award check accomplished by DCAA on the adequacy of your accounting system? If so, identify cognizant DCAA office and POC. 6) Discuss your use of the Earned Value Management System (EVMS) MIL-HDBK-881, Work Breakdown Structure (WBS), and Contract /Funds Status Report (C/FSR). 7) Discuss your corporate Quality Control Program STATEMENT OF NEED GENERAL SCOPE: The scope of the proposed effort includes tasks associated with providing Launch Operations Support for the 30th Space Wing (30 SW), Vandenberg AFB, CA. This capability provides management and support, maintenance & repair, operations, other services, and minor facility alteration. The contractor shall apply the services to the Western Range launch, operation, and test facilities, Pillar Point, Anderson Peak, Hawaiian sites, Vandenberg Air Force Base (VAFB), and VAFB surrounding areas and their infrastructure, property, and equipment. Services will include periodic maintenance, operation, and repair of various infrastructure, and mandatory certification, maintenance, and operations of facility property and equipment (e.g. alarms, cranes & hoists, elevators, generators, mechanical, pressure vessels, structural, towers, utilities) which support critical mission requirements. Note: It is the responsibility of all potential offerors to monitor these sites for release of any future synopses or solicitations. This RFI is not a commercial solicitation per FAR PART 12. The Government will not pay for any costs associated with providing this information. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate for this contemplated procurement. To be eligible for any future contract, prospective concerns must be registered in the Department of Defense Central Contractor Registration (CCR), and must accept payment via Electronic Funds Transfer (EFT). All packages will be submitted to 30 CONS/LGCZG, Attn: Celeste Cappomagi, 1515 Iceland Avenue, Bldg 8500, Rm 150, Vandenberg AFB CA 93437-5212 or Lemuel "Reggie" Stanford, 1515 Iceland Avenue, Bldg 8500, Rm 150, Vandenberg AFB CA 93437-5212.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=957904ba769afbad31cb3e970bd60f32&tab=core&_cview=1)
 
Place of Performance
Address: 1515 Iceland Avenue, Vandenberg Air Force Base, CA 93437-5212, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN01659908-W 20080906/080904222123-957904ba769afbad31cb3e970bd60f32 (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.