Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2009 FBO #2882
SOURCES SOUGHT

J -- Civil Engineer Facility & Equip Support to Intelligence & R&D Facilities - Capabilities Statement

Notice Date
10/13/2009
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-09-R-0012
 
Point of Contact
Robin J. Tipton, Phone: 937-522-4630, Rabbanai T Morgan, Phone: 9375224569
 
E-Mail Address
robin.tipton2@wpafb.af.mil, rabbanai.morgan@wpafb.af.mil
(robin.tipton2@wpafb.af.mil, rabbanai.morgan@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Capabilities Statement Requirements CIVIL ENGINEER FACILITY AND EQUIPMENT SUPPORT TO INTELLIGENCE AND RESEARCH AND DEVELOPMENT ACTIVITIES This is a Sources Sought Synopsis ; there is no solicitation available. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research purposes. This market research will be used to help determine if a set-aside for any small business program is appropriate. Please review this announcement, including all attachments, in their entirety. Request that prospective small business offerors complete and return a Capabilities Statement as described below and at Attachment 1 to identify firms who possess both the capability and experience to provide specialized maintenance and support. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The 88th Contracting Squadron's Base Support Acquisition Flight (88 CONS/PKB) in support of the 88th Air Base Wing Civil Engineering Directorate (88 ABW/CE), Wright-Patterson AFB, OH is seeking potential small business sources. The Government anticipates issuing a Commercial request for proposals (RFP) for specialized facility and equipment maintenance and support at Wright-Patterson Air Force Base (WPAFB). These services will be performed at various locations at WPAFB to include facilities within the Air Force Research Laboratories (AFRL), 88th Air Base Wing (ABW), National Air and Space Intelligence Center (NASIC), and the Air Force Institute of Technology (AFIT). The Government anticipates a competitive acquisition for this award. The contractor shall provide qualified personnel, materials, parts, supplies, tools, and equipment to support 88 ABW/CE services. The current equipment list for this requirement contains approximately 6,000 pieces of equipment. This list is dynamic and is constantly changing as equipment is added and deleted. The Government anticipates that the required services will fall into the two (2) categories: 1) Firm Fixed Price (FFP) Portion: Labor, parts/materials and subcontracting costs associated with recurring/preventative facility and equipment maintenance to include all phases of electrical and mechanical utilities and specialized services, water treatment and analysis for building systems, specialized facility systems supporting intelligence and research and development (R&D), as well as user's equipment that require recurring/preventative maintenance with labor trades compatible to this contract and 2) Time & Materials (T&M) Portion: Labor associated with the repair, replacement and minor upgrades to building systems, to include all phases of electrical and mechanical utilities and specialized services, specialized facility systems supporting intelligence and R&D, as well as user's equipment that require service with labor trades compatible to this contract. It is anticipated that Parts and Materials for the T&M portion of this contract will be furnished under a separate fixed price with estimated quantities contract line item. A pre-priced parts/materials list with estimated quantities will be incorporated into the subsequent contract. Parts/Materials not included on the pre-priced list as well as any subcontracting services required for the repair/replacement portion of this requirement will be purchased IAW the contractor's Purchasing Plan (CO approval of the contractor's Purchasing Plan will be required). Examples of possible subcontracting requirements for the repair/replacement portion include but would not be limited to HVAC controls, lead abatement and asbestos abatement. The services shall be accomplished using limited plans, drawings, specifications, or sketches. In addition to administrative support, this effort requires an environmental manager, water treatment specialist, hazard communications coordinator, and various skilled tradesmen to be located at the WPAFB contractor site. This contract has historically been 100% T&M with an average yearly labor-hour requirement of approximately 133,000 hours. Based on historical data, it is anticipated that the labor hours required for this follow-on requirement will be approximately 50% for recurring/preventative maintenance and 50% for repair, replacement and minor upgrades to equipment. The anticipated period of performance will be 365 days, to begin approximately 1 June 2010 and run through 31 May 2011, with the possible award of four (4) one-year options. In addition to the information requested in the paragraph below, entitled "Capabilities Statement", responding parties must also indicate their size status in relation to the applicable North American Industry Classification System (NAICS). The NAICS Code is 561210 for the overall program with a Size Standard in Millions of Dollars is $35.5. Businesses, including their affiliates, whose gross annual receipts averaged over the previous 3 fiscal years that do NOT exceed $35.5M are considered to be a small business. CAPABILITIES STATEMENT Interested parties must submit a Capabilities Statement, with the cover sheet provided completed, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. The Capabilities Statement should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant. Capabilities Statements are to be presented in accordance with the attachment to this sources sought synopsis entitled "CAPABILITIES STATEMENT". POINT OF CONTACT: Robin J. Tipton, robin.tipton2@wpafb.af.mil, (937) 522-4630, fax (937) 656-1412. Submit Capabilities Statements (3 hard copies via US Postal Service or other delivery service) by 4:00 p.m. Eastern Standard Time on 17 November 2009. All inquiries/ correspondence sent via e-mail must contain a subject line that reads "FA8601-09-R-0012, CE Support Services." E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. Send Capabilities Statements or other correspondence to: 88 CONS/PKBA ATTN: Robin Tipton 1940 Allbrook Drive, Room 109 Wright-Patterson AFB OH 45433-5309 Please include in all correspondence a reference to "FA8601-09-R-0012, CE Support Services." EXISTING CONTRACT INFORMATION: CE Support Services are currently performed under contract FA8601-05-D-0002 which is currently scheduled to expire on 31 December 2009. However, the Government expects to exercise the option to extend services through 30 June 2010 in accordance with the clause at 52.217-8, Option to Extend Services. The incumbent contractor is Call Henry, Inc, CAGE Code 00Z48. The estimated value of the current 5-year contract (including its 12-month base period and 4 12-month option periods) is $49,007.225.60. The SIC and NAICS codes are 8744 and 561210, respectively. Additional information regarding the current contract is posted at the Air Force Freedom of Information Act (FOIA) Electronic Reading Room, http://www.foia.af.mil/reading/index.asp. UPDATES/CHANGES: Should you wish to receive notices of updates/changes regarding this announcement; click the "Watch this Opportunity" button at the bottom of this page and follow the registration instructions. If you do not register, it is your responsibility to periodically review this web site for any updates/changes to this announcement to include cancellation or future issuance of an RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-09-R-0012/listing.html)
 
Place of Performance
Address: Various locations at Wright-Patterson AFB, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01984273-W 20091015/091013234410-45f07af8455291fb014894e4f4a962f1 (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.