Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SOURCES SOUGHT

R -- Operations and Sustainment to Combat Training (OSCT) and the Pacific Alaska Range Complex (PARC) Support Services at Eielson AFB and Elmendorf AFB, Alaska

Notice Date
11/23/2009
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
15CONS-RFI-PARC
 
Archive Date
12/18/2009
 
Point of Contact
Alfredo Chavez Jr., Phone: (808) 448-2918, Rickie Shiflet, Phone: 808 448-2952
 
E-Mail Address
alfredo.chavez@hickam.af.mil, rickie.shifet@hickam.af.mil
(alfredo.chavez@hickam.af.mil, rickie.shifet@hickam.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Operations and Sustainment to Combat Training (OSCT) and the Pacific Alaska Range Complex (PARC) Support Services at Eielson AFB and Elmendorf AFB, Alaska. 1.0 SUBJECT. Request for Information and sources sought inquiry for Operations and Sustainment (OS) support providers and information regarding the commerciality of OSCT-PARC support services. Responses are due for this RFI by 4:00 PM HST on December 3, 2009. See Section 6.0 for further information. Responders are solely responsible for all expenses associated with responding to this RFI. 2.0 DESCRIPTION. HQ PACAF/A3 is seeking information from industry that will assist in a strategic planning initiative associated with OSCT-PARC Support Services at Eielson AFB and Elmendorf AFB, AK and deployed locations as required. Specifically this RFI seeks the following information: Identification of sources and interest parties; commerciality and general questionnaire associated with combat training; range operations and sustainment support services. 3.0 REQUIREMENTS. Operations and Sustainment to Combat Training and the Pacific Alaska Range Complex support services includes, but is not limited to, all management and labor, equipment, tools, and supplies not otherwise specified as GFP. Schedule and coordinate with various contractors, Government and/or external agencies in support of OSCT-PARC missions. Perform operations providing: credible threat engagement simulation and analysis; all time-space-positional-information through full-spectrum Air Combat Training System (ACTS) and Command and Control (C2) capabilities; detailed air-to-air and air-to-ground weapons scoring; real-time and after-action analysis through threat video and mission recording management; briefing/debriefing audio-visual support; Live-Virtual-Constructive (L-V-C) system incorporations and executions; secure range data environment through full encryption; detailed Communications Security (COMSEC) processes; information technology processes, and safe control of air and ground spaces via range control and Special Use Airspace Information Service (SUAIS) processes. OSCT Support. Provide sufficient qualified personnel to provide deployed operations and sustainment of the Pacific Air Force (PACAF) Joint Deployable Electronic Warfare Range (JDEWR), ACTS, and Advanced Capability Pods (ACaP) as required. OSCT support must be provided concurrently with PARC OS. OSCT will be primarily focused within the PACAF's AOR but could be worldwide based on mission requirements. PARC Operations entail all aspects of support to include planning, scheduling, performance analysis, and feedback to facilitate the PARC's mission of supporting combat force training. Perform all tasks to maximize training support while ensuring long-term sustainability and enhancement of PARC systems. Provide all operations support services for all equipment and systems. Several key functional areas/processes which are required to support the PARC's mission include but are not limited to Operations planning and scheduling; Mission preparation; Range operations; C2/Air Surveillance; Air Combat Training Systems; Electronic Attack; JDEWR; Advanced Capability Pods (ACaP); Decoy and Heated Targets; Battlefield Communications Simulations; Weapons Scoring; Aircrew Brief/Debrief and Video Teleconference (VTC); Operations and mission analysis/reporting; Live-Virtual-Constructive (L-V-C); and Communications/Information Technology Systems management. PARC Sustainment entails all aspects of support to provide and maintain fully functional equipment and systems for maximum training and mission effectiveness. Several key areas, processes, and/or systems which require support include, but are not limited to Supply and Material Control; Refueling; Structures, Shelters, and Towers; Power Generation Systems/Aircraft Ground Equipment (AGE); Electrical Systems; Electronic Equipment (e.g. ACTS, Radars, Threat Simulators, ACaP, BCSS, JAWWS, GATR, VTCs, etc.); PARC Data Link (PDL); Information Technology Systems; Automated Weather Observation Reporting Systems; Road Maintenance/Vegetation Control; Environmental Management; Environmental, Safety, Occupational Health, Compliance Assessment and Management Program (ESOCAMP); and Deployable Systems (e.g. ACTS, JDEWR, BCSS). Contractor personnel must be familiar with joint combat and combat training methodologies and terminologies. Moreover, Contractor personnel must be familiar with Joint and Air Force operational missions, tasks and training objectives common to a Major Force Exercise (MFE) such as RED FLAG-Alaska and/or a Joint Large Force Exercise (-e.g. NORTHERN EDGE). Experience and expertise is required in air-to-air, air-to-ground, close air support, and force-on-force ground maneuver tactics. Contractor personnel must be able to integrate efforts with visiting data analysts serving as augmentees during exercise planning, execution, and post exercise periods. Facility clearance at the classification level of TOP SECRET and personnel security clearance of TOP SECRET as a minimum are required. 4.0 DISCLAIMER. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 5.0 CONTACT INFORMATION. The Point of Contact (POC) for this RFI: Al Chavez (808) 448-2918, alfredo.chavez@hickam.af.mil or Rickie Shiflet (808) 448-2952, rickie.shiflet@hickam.af.mil. Please submit responses via e-mail in Microsoft Office format by 4:00 PM on December 3, 2009, to the POC at Hickam AFB. You may also submit supplemental hardcopy materials such as brochures, etc. to the POC. 6.0 COMMERCIAL ITEM DEFINITION. Address whether the services described in this RFI are Commercial within the meaning of FAR 2.101., which states, Commercial item means; (1) Any item, other than real property, that is of a type customarily used by the general public or by non-governmental entities for purposes other than governmental purposes, and; (i) Has been sold, leased, or licensed to the general public; or, (ii) Has been offered for sale, lease, or license to the general public; (2) Any item that evolved from an item described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in time to satisfy the delivery requirements under a government solicitation; (3) Any item that would satisfy a criterion expressed in paragraphs (1) or (2) of this definition, but for, (i) Modifications of a type customarily available in the commercial marketplace; or (ii) Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Government requirements. Minor modifications mean modifications that do not significantly alter the nongovernmental function or essential physical characteristics of an item or component, or change the purpose of a process. Factors to be considered in determining whether a modification is minor include the value and size of the modification and the comparative value and size of the final product. Dollar values and percentages may be used a guideposts, but are not conclusive evidence than a modification is minor; (4) Any combination of items meeting the requirements of paragraphs (1), (2), (3), or (5) of this definition that are of a type customarily combined and sold in combination to the general public; (5) Installation services, maintenance services, repair services, training services, and other services if; (i) Such services are procured for support of an item referred to in paragraph (1), (2), (3), or (4) of this definition, regardless of whether such services are provided by the same source or at the same time as the item; and (ii) The source of such services provides similar services contemporaneously to the general public under terms and conditions similar to those offered to the Federal Government; (6) Services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices for specific tasks performed under standard commercial terms and conditions. This does not include services that are sold based on hourly rates without an established catalog or market price for a specific service performed. For purposes of these services, (i) Catalog price means a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or vendor, is either published or otherwise available for inspection by customers, and states prices at which sales are currently, or were last, made to a significant number of buyers constituting the general public; and (ii) Market prices means current prices that are established in the course of ordinary trade between buyers and sellers free to bargain and that can be substantiated through competition or from sources independent of the offerors. (7) Any item, combination of items, or service referred to in paragraphs (1) through (6) of this definition, notwithstanding the fact that the item, combination of items, or service is transferred between or among separate divisions, subsidiaries, or affiliates of a contractor; or (8) A non-developmental item, if the procuring agency determined the item was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple State and local governments. Commerciality Questionnaire: 1. What specific range operations and sustainment support services do you provide? 2. What is your customer base? Who are your Non-Government customers? 3. What level of education/certification/security clearance do you require? 4. How do you measure proficiency? 5. Do you maintain a quality control plan? Provide examples. 6. What contract types are commonly found in the private sector for this type of service? 7. What type of evaluation criteria is used to select a contractor? General Questionnaire: 1. Is your firm a small business concern? If so, please specify whether or not your firm is a certified 8(a) small business, certified HUBZone business and/or Service Disabled veteran owned concern? (specify all that apply). If not, please indicate that you are a large business concern. 2. Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s) and/or a joint venture? 3. If you have proposed a joint venture that has not yet been established, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513. 4. If you have proposed a joint venture that has already been established, provide details of the effort, the members specified, and a copy of the joint venture agreement, to include the incorporation date of the subject joint venture. In addition, identify the number of Government requirements for which your joint venture has submitted formal price proposals within the last two years. 5. Has your company provided or performed range operations and sustainment support services for military installations? If so, provide customer references, locations, scope of effort, dollar value, and dates for efforts performed within the past five years. 6. Does your company have the qualified, experienced personnel to provide operations and sustainment support services relative to military range facilities? Provide the number of qualified key personnel (planners, analysts, engineers, etc.), minimum and maximum years of experience and the average years of experience. 7. Does your company have the capability to manage range operations and sustainment support services in a cost effective, timely, and contract conforming manner? Please provide specific examples based on previous projects. 8. Does your firm have the ability to work anywhere CONUS or OCONUS? Are there any limitations on where you can work? If so, indicate the limitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/15CONS-RFI-PARC/listing.html)
 
Place of Performance
Address: Eielson AFB, Elmendorf AFB, and deployed locations throughout PACAF AOR., United States
 
Record
SN02009618-W 20091125/091123235614-62eb83d108673c40ddff5721da3193d8 (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.