Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOLICITATION NOTICE

A -- AFP42OM - Operations and Maintenance Air Force Plant 42 Common Area

Notice Date
4/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, ASC/ENVK (PKWXV)Bldg 81801 Tenth St.WPAFB OH
 
ZIP Code
00000
 
Solicitation Number
FA8623-09-R-6355
 
Response Due
12/23/2008
 
Archive Date
12/31/2010
 
Point of Contact
Rosalyn Jones, 937-255-2808<br />
 
Small Business Set-Aside
N/A
 
Description
Update 4/23/2009 The following documents from Industry Days have been posted to the PIXS website; - Industry Days Minutes - Industry Days Registration - Industry Days Briefing - Questions & Answers Update 2/19/2009 CORRECTION - The previous posting stated the small business standard as $30M, it should be $35.5M. Updated 2/10/2009 The purpose of this notice is to invite all interested parties to attend an informational conference/industry day on 18-19 March 2009 at the American Red Cross Facility, 2715 East Avenue P, Palmdale CA from 0800 to 1700. On March 19th, any contractors that wish to make presentations to the Source Selection Team may do so at that time. In order to accommodate all prospective firms, each firm desiring to attend must notify Rosalyn Jones in writing (via letter or by facsimile (937)255-9985) with a list of attendees (name, address, phone # and email address) and submit a visit notification to ASC/Detachment 1, attn: Claude Van Conant (via letter 2503 East Avenue P, Palmdale CA 93550 or facsimile (661)272-6702 no later than 06 March 2009. Visit notification should be on company's letterhead and include the following information; Full name of individuals attending, Social Security Numbers, Birthday, Place of Birth, Driver License information ( State and Driver License ! number), include dates of visit. Notification should be signed by Company President or Security Officer. Mr. Van Conant can be contacted via email or phone; email address - claude.vanconant@edwards.af.mil; phone number - (661)272-6716. NOTE: Each firm is limited to two representatives. All additional information concerning this conference will be posted on the Wright Patterson AFB PIXS Home Page: www.pixs.wpafb.af.mil. This industry day is in support of the upcoming source selection for the Operations and Maintenance of the Common Areas at Air Force Plant 42, Palmdale CA. The successful contractor will be required to provide the personnel, program management staff, services, and limited equipment to accomplish the total contract operation of the common areas of Air Force Plant 42. The Performance Work Statement is published in the Wright Patterson AFB PreAward Information Exchange System (PIXS) at www.pixs.wpafb.af.mil. Other proposal documents will be posted in PIXS as they become available. The Air Force is contemplating setting this acquisition aside for Small Business. NAICS Code 561210, Base Maintenance applies to this acquisition with a small business size standard of $30M. Comments regarding the draft PWS and L&M sections are solicited and welcomed to improve the eventual RFP. Proprietary information is not being solicited. Information considered proprietary, if any, should ! be identified as such. Response should be submitted in both hard copy and in WORD 6.0 (or higher) format and must be received no later than 30 days after the publication date of this synopsis. An Ombudsman has been established for this acquisition. Mr. Howard E. Marks Jr., ASC/AQH has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact Rosalyn Jones at (937) 255-2808. When requested, the Ombudsman will maintain strict confid! entiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Marks can be reached at (937)255-8642. Direct all requests for solicitations and routine communication concerning this acquisition to Rosalyn Jones, Contract Negotiator, ASC/ENVK, at (937) 255-2808. See Note 26.***** END OF UPDATE************************************************************************************ The Aeronautical Systems Center (ASC) is contemplating a new fixed price contract for the Operations and Maintenance of the Common Area at Air Force Plant 42 (AFP42), Production Flight Test Installation, Palmdale CA in support of the ASC, Detachment 1 (Det 1) mission. This mission provides command and control of AFP42 for production, depot maintenance, and flight test of U.S. Aerospace Systems and to support Government and commercial joint-use airfield operations. AFP 42 is a 5,644 acre Government-owned, Contractor-operated (GOCO) industrial plant with eight separate sites and two active 12,000 foot runways. Six sites at AFP42 are individually leased and maintained by tenants. The runways, taxiways, and common areas are maintained by the Det 1 Operation and Maintenance (O&M) contractor. AFP 42 Common Area is defined as the area inside the perimeter fence exclusive of the tenant sites. The selected contractor will be required to provide the personnel, program/business management staff, services, and equipment to accomplish the total contractor operation of Air Force Plant 42. A Secret Security Clearance and/or National Agency Check for a determination of trustworthiness (within the last 5 years) may be required in the performance of the contract for selected personnel based on the nature of their duties and positions. The O&M contractor must provide fire protection, emergency medical response, and armed security and law enforcement services on 24/7 basis. The O&M contractor must also provide building maintenance, vehicle maintenance, airfield maintenance, aircraft refueling operations, engineering/environmental services, information and telecommunications, and contract administration services. Fire Protection services include but are not limited to the following: structural fire protection, aircraft rescue fire fighting (ARFF), confined space rescue, emergency medical and emergency transportation service, hazardous material response, fire communication dispatch center, and mutual aid. In addition, the contractor shall be responsible for the administration of a Fire Prevention Program and Facility Inspection Program for the entire installation. Security/law enforcement services include but are not limited to the following: installation entry control and patrols, searches and inspections, pass and registration, security communications dispatch center, reports and analysis, and management of security force guard services. Maintenance includes General Facility, Airfield, and Vehicle Maintenance Services. These services include but are not limited to the following: all pavements, buildings, utility systems, mechanical systems, custodial services, refuse disposal, and rodent/pest control for the common area. In addition, the contractor shall be responsible for fuels storage, refueling and defueling operations, transient alert aircraft operations, Bird Aircraft Strike Hazard (BASH)/Abatement Program, Foreign Object Debris (FOD) Program, maintenance and repair of general and special purpose vehicles utilizing various energy sources. Engineering/Environmental services include but are not limited to the following: engineering services in support of contractor functional departments at AFP 42, recommendations to Det 1 for Capital-Type Rehabilitation (CTR) projects, and recommendations to Financial Plan (FIN), Budget Estimate Submittals (BES), and Program Objective Memoranda (POM) submittals. The contractor shall manage the Energy Conservation Program, maintain plant-wide as-built drawing files and associated information library, provide reproduction services, conduct quality control for taskings performed by sub-contractors or in-house work forces, maintain/report real property updates utilizing the Automated Civil Engineering Systems (ACES), manage small dollar Capital-Type Rehabilitation projects. Environmental services shall initiate, develop, document, implement, and maintain environmental programs to include compliance, pollution prevention, and restoration activities in the common use area! s. Information and telecommunications services shall include but are not limited to support of: the following systems: telephone, radio/microwave communication, office automation, and computer networks supporting Det 1 operations. In addition, the contractor shall provide technical recommendations to Det 1 on any proposed changes to electronic interfaces affecting AFP42's communication hub (facility). Contractor shall also provide Det 1 inter-plant mail, courier, and photographic services. Contract administration services shall include but are not limited to the following: performance of contract administration; procurement; contract budget, accounting, and invoicing; supply management; subcontract management, and scheduling. The contractor will be responsible for UID Compliance DFARS 252.211-7007 and 252.211-7003(c). Management, accountability, and reporting of Government Furnished Property (GFP) shall be governed by Parts 45 and 52 of the Federal Acquisition Regulation (FAR). A condition of performance shall require the Contractor to administer and maintain a safety program IAW Occupational Safety and Health Act (OSHA) standards. An initial draft of the Performance Work Statement will be published in the Wright Patterson AFB PreAward Information Exchange System (PIXS) at www.pixs.wpafb.af.mil early next year. Other proposal documents will be posted in PIXS as they become available. Contract performance is anticipated to begin 1 Aug 2010 with a 60 day transition period. It is anticipated to possibly be a one (1) year contract with five (5), one (1) year option/awardfee term years. A response to this notice must include the following minimum required information: A) Description of previous operational experience of government-owned or industrial facilities, including contract number(s) (if applicable), location and ownership of the facility, total dollar value of the contract, type of contract (DoD or commercial), total operational time of facility, reason for termination or cancellation, and a point of contact for verification; B) Prospective offerors should provide a brief capability statement (20 pages or fewer) with enough detail to indicate a clear understanding of the requirement and to demonstrate a reasonable expectation of being able to perform on this contract. C) In the brief, explain the strategy/methodology, including any teaming strategy with large or small businesses that would be used to staff this contract based on a start date of 1 Aug 2010 D) Assume that Government Furnished Property (GFP) will be provided and that Co! ntractor personnel will be required to maintain it. E) Financial issues in regard to cash flow and management of the workforce. The Government estimate of the number of contract employees is 150 - 200. Potential value may be $23 million/year. No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Potential offerors in other set aside areas are invited to express interest. NAICS Code 561210, Facilities Support Services applies to this acquisition with a small business standard of $30M gross revenue average over the last three years. Prospective sources must indicate both their size with respect to the above standard and if they are a small business or other, including 8(a) business, HuB Zone, etc. F) Response must include three copies of all requested information in hard copy and an electronic copy compatible with a Microsoft Offic! e Suite or Adobe Acrobat format. All responses shall be received no later than 3 O'Clock (EST)on 23 Dec 2008. Direct all requests for solicitations and routine communication concerning this acquisition to Rosalyn Jones, Contract Negotiator, ASC/ENVK, at (937) 255-2808.***** For more information on "AFP42OM - Operations and Maintenance Air Force Plant 42 Common Area", please refer to:https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5926
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0b6804df4dcc44f8c3096bf13cd2fed4&tab=core&_cview=1)
 
Place of Performance
Address: AFP42 (Common Area)Palmdale CA<br />
Zip Code: 93550-2112<br />
 
Record
SN01800904-W 20090425/090423221248-0b6804df4dcc44f8c3096bf13cd2fed4 (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.