Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
MODIFICATION

M -- LAUGHLIN BASE OPERATING SUPPORT (BOS)

Notice Date
8/17/2009
 
Notice Type
Modification/Amendment
 
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, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-08-R-0019
 
Point of Contact
Brian Elliott, Phone: 2106524856, Antony J Barrios, Phone: 210-652-2122
 
E-Mail Address
brian.elliott@randolph.af.mil, antony.barrios@randolph.af.mil
(brian.elliott@randolph.af.mil, antony.barrios@randolph.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Contracting Office Address Department of the Air Force, Air Education and Training Command (AETC), Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302 POCs: Capt Rebecca Welton, AETC CONS/LGCK, email: rebecca.welton@randolph.af.mil and Mr Gary Newton, AETC CONS/LGCK, email: gary.newton@randolph.af.mil 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 Laughlin AFB, TX for the period of 1 Oct 09 through 30 Sep 10 (60 day mobilization scheduled 01 Aug through 30 Sep 09) with up to eight one-year options. 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. 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. The tentative solicitation issue date is 16 Aug 08, however this date is subject to change. The Government will award one contract. 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, Ms Debbie Aguirre, 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) 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; (11) Provide estimated small business subcontracting goals and rationale; and (12) Please 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 28 Apr 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 561210 (Facilities Support Services), with the applicable small business size standard of $32.5 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 can be found by typing FA3002-08-R-0019 in the ‘Quick Search’ box in the upper left-hand corner. 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. 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 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. Grounds and Site Maintenance: Services to be provided, grounds maintenance and landscaping, pavement clearance, refuse collection, dispose and recycling, GeoBase, pest management services and real property leases b. Transportation: Services to be provided, vehicle transportation and maintenance, freight shipment, passenger travel and personal property movement. c. Housing: Services to be provided, maintain and warehouse furniture, appliances, supplemental furniture and appliances for authorized personnel and facilities. d. Airfield Management: Services to be provided, airfield management, weather forecasting and observations, transient alert services, distinguished visitor support, static display aircraft and maintenance, and survival equipment services. e. Supply: Services to be provided, material management, inventory tracking and accounting documentation for supplies, equipment, mobility bags, clothing, weapons and other materials, and, support for contingency services. f. Operations and Maintenance (O&M): Services to be provided, managing and providing services to equipment (RPIE) and to implement programs to improve the base living and working environment. Broad examples of required services are: HVAC, plumbing and electrical maintenance and repair, airfield maintenance, work request management, fire and security alarm/suppression maintenance, minor construction, elevator maintenance, structural/roof/cosmetic maintenance. g. Resource Management: Services to be provided, management of PPF’S for all included activities, real property accounting and inventory management, and APF and NAF accounting support. h. Fuels: Services to be provided, distribution, receipt, quality control, and accounting of petroleum and cryogenics products. 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. Small Business Subcontracting 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. Interested vendors are requested to provide estimates of the percentage of the total contract dollars they would expect to be able to subcontract to the following small business categories in response to this RFI. (Current Air Force goals are indicated below in parentheses). If zero percent is indicated in your response, please provide a brief explanation of why no small business subcontracting opportunities are expected for this requirement overall or for a particular category. Total small business (23%) Small Disadvantaged Businesses (5%) Woman-owned small business (5%) Service-disabled Veteran-owned small business (3%) HUBZone small business (3%) Any additional information or updates will be posted at www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates. Clarification and correction to language: The primary POC has been changed. Responses are due no later than 3:30 CST on 28 Apr 08 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2008-09-03 14:37:02">Sep 03, 2008 2:37 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-08-17 12:11:28">Aug 17, 2009 12:11 pm Track Changes Please note the following new contact information: Primary: Capt Rebecca Welton, Contracting Officer; rebecca.welton@randolph.af.mil and Alternate: Mr. Gary Newton; gary.newton@randolph.af.mil Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2008-09-05 12:34:39">Sep 05, 2008 12:34 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2009-08-17 12:11:28">Aug 17, 2009 12:11 pm Track Changes Please note Transient Alert is no longer part of the Airfield Management requirement. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][added_on]" value="2008-10-27 16:17:16">Oct 27, 2008 4:17 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][modified_on]" value="2009-08-17 12:11:28">Aug 17, 2009 12:11 pm Track Changes This is a pre-solicitation notice for Base Operating Support Services at Laughlin Air Force Base, TX. Services include but are not limited to Civil Engineering Operations and Maintenance (O&M), Grounds and Site Maintenance, Transportation, Housing (Furnishings Management), Airfield Management, Supply, Fuels and Resource Management to support to the 47th Flying Training Wing and assigned units. A Firm Fixed Price (FFP) will result from the solicitation. The contract shall be for a 1-year base period (which includes 45 days mobilization beginning 17 August 2009) and will include 6, one-year option periods. The Request for Proposal will be posted on or about 10 November 2008. This will be an electronic solicitation release – no hard copies will be mailed. A site visit will be held on or about 19 November 2008 at Laughlin AFB, TX. Details of the visit and will be published in a separate notice. The anticipated proposal due date is on or about 8 January 2009. Solicitation, amendments and other miscellaneous documents will be posted to FedBizOpps (http://www.fbo.gov). It is the responsibility of each offeror to review the web page for notice of amendments, updates or changes to current information. This requirement will be conducted as an 8(a) competitive acquisition and will be evaluated using a Performance Price Trade-off approach. The North American Industry Classification System (NAICS) code for this solicitation is section 561210. The small business size standard is $35.5 million. In order to be eligible for award, registration under the correct NAICS code in the Central Contractor Registration database is required. To register, please go to http://www.ccr.gov. Directions for proposal submission will be included in Section L, Instructions, Conditions and Notices to Bidders, of the solicitation. There will be no public bid opening. The dates listed above are approximate and are included for reference only. Actual dates will be specified in the solicitation. Please direct any questions regarding this notice to the Contracting Officer, Capt Rebecca Welton at (210) 652-3710 or rebecca.welton@randolph.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-08-R-0019/listing.html)
 
Place of Performance
Address: Laughlin Air Force Base, Texas, 78843, United States
Zip Code: 78843
 
Record
SN01914773-W 20090819/090818001850-2e63d1b073eed4ae9d974abe2b49479e (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.