Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOURCES SOUGHT

R -- Laughlin AFB Airfield Management

Notice Date
9/23/2008
 
Notice Type
Sources Sought
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
LAFBAirfieldMgt
 
Point of Contact
Rebecca M Welton,, Phone: 210-652-3710, Gary P. Newton,, Phone: 2103963915
 
E-Mail Address
rebecca.welton@randolph.af.mil, gary.newton@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
The Air Education and Training Command (AETC) Contracting Squadron is seeking information concerning the availability of capable contractors to provide non-personal services for Airfield Management at Laughlin AFB, TX for the period of 1 Oct 09 through 30 Sep 10 with up to eight one-year options. This RFI is an attempt to locate businesses experienced in Airfield Management 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. Any formal solicitation will be announced separately. The Air Force is only interested at this point in identifying interested and capable contractors for this service. 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. Contact with Government personnel by potential offerors or their employees regarding this project is prohibited. The contracting officer, Capt Rebecca Welton, will post all information regarding this solicitation as soon as it becomes available. Comments and information on the following are requested: (1) Company Cage Code, DUNS, 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) Please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (5) Indicate if your company primarily does business in the commercial or Government sector; (6) Indicate which NAICS code(s) your company usually performs under for Government contracts; (7) Provide estimated small business subcontracting goals and rationale; and (8) Provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Laughlin AFB. Request responses be provided no later than 26 Sep 08. The Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition. The planned North American Industry Classification System (NAICS) code is 488119 (Other Airport Operations), with the applicable small business size standard of $6.5 million in annual gross receipts. An electronic response is the accepted method. Future information on this acquisition (draft Performance Work Statement (PWS), solicitation, etc) will be located on the Federal Business Opportunities website (www.fbo.gov) and. Information contained in this synopsis is subject to change. It is the responsibility of the prospective offeror to check this site regularly for any changes. The description herein is a summary of the required services and is not intended to be all-inclusive. 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. Airfield Management Services to be provided include airfield management, weather forecasting and observations, distinguished visitor support, static display aircraft and maintenance, and survival equipment services. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=abd47c858f0e1c6e776330100af53b68&tab=core&_cview=1)
 
Place of Performance
Address: Laughlin AFB, Texas, United States
 
Record
SN01678833-W 20080925/080923220041-abd47c858f0e1c6e776330100af53b68 (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.