Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOLICITATION NOTICE

R -- Fire Protection, Emergency Mangement, Emergency Medical Services (FEMS II) Synopsis

Notice Date
9/30/2010
 
Notice Type
Presolicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-10-R-0003-Synopsis
 
Point of Contact
Tammy G Davis, Phone: 321-494-6672
 
E-Mail Address
tammy.davis@patrick.af.mil
(tammy.davis@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 45th Contracting Squadron, Patrick AFB, FL announces the anticipated release of solicitation, FA2521-10-R-0003, Fire Protection, Emergency Management and Emergency Medical Services (FEMS) for the 45th Space Wing at Cape Canaveral Air Force Station (CCAFS) and Florida Annexes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. This synopsis is not to be construed as a commitment by the Government nor will the Government pay for information solicited. The contractor shall provide a fully certified, trained and uniformed work force whose capability and quality meets Air Force (AF) standards as detailed in this Statement of Work (SOW) and/or applicable Air Force Instruction (AFI) as defined in the Draft SOW dated 8 September 2010. The contractor shall provide fire protection, emergency management and emergency medical services to support approximately 5 million square feet of Space Launch and Satellite Facilities to include shipboard and aircraft. Services will include technical, high angle rescues, confined spaces, hazardous material responses, shipboard, aircraft, structural firefighting, launch support activities, patient transport at the advanced life support (ALS) level for Cape Canaveral Air Force Station (CCAFS). The contractor will provide all necessary uniforms, personal equipment, supplies and maintenance of contractor or Government provided equipment. The contractor shall support real-time requirements 24 hours a day, 7 days a week (24/7). The mission of the 45th Space Wing (45 SW) requires that the contractor have the provisions to ensure continuous fire protection, emergency management and emergency medical services in the event of work stoppage or labor strike that may potentially degrade these service functions. The contractor shall perform all fire fighting duties and tasks in accordance with (IAW) Department of Defense Instruction (DoDI) 6055.06, AFI 32-2001, AFSPC Supplemented Air Force (AF) Concept of Operations (CONOPS) for Fire Prevention & Consequence Management and the National Fire Protection Association (NFPA) standards, AF and AF Space Command (AFSPC) directives, instructions, regulations and supplements. The contractor shall comply with the AFSPC self inspection program and checklist. The contractor shall be an active participant and comply with all mutual aid agreements and follow the mutual aid matrix for responses. This is a compliance based requirement. This is an unrestricted, full and open competitive acquisition. A service contract with Firm Fixed Price and Fuel Cost Contract Line Item Numbers (CLINs) is contemplated. This service is determined non-commercial in accordance with FAR Part 12. Multiple awards are not contemplated. The North American Industry Classification System (NAICS) code for this procurement is 561990 (All Other Support Services) with the size standard of $7M. Performance Price Trade-off with Technical Proposal procedures will be used. The period of performance will consist of a three-month transition/phase-in period from 1 Jul 11 through 30 Sep 11 followed by a 12-month base period of performance beginning 1 Oct 11 and four one-year option periods. In addition, the Government may further extend the performance period for up to six months under FAR 52.217-8. Also, the Government may extend the term of this contract by written notice to the Contractor prior to fifteen (15) calendar days before expiration of contract period under FAR 52.217-9. Information concerning this forthcoming solicitation will be incrementally released and posted to Federal Business Opportunities (FEDBizOpps) website at https://www.fbo.gov. Interested parties should submit questions/comments to the Draft Request For Proposals (RFP) in writing to the point of contacts listed in the Draft RFP cover letter which is attached to this notice. Questions/comments must be received no later than 3:00 p.m. Eastern Standard Time (EST), 6 Oct 2010 specified in the attached Draft RFP cover letter. Industry questions/comments submitted in response to the Draft RFP posted will be considered in the development of the final solicitation to be posted. The release of the Request for Proposal is anticipated on or about 1 Nov 2010. The Past Performance Information volume is requested to be submitted 10 calendar days prior to the proposal closing date due on or about 17 Dec 2010 (for all three (3) volumes, Price and Proposal Documentation, Mission Capability and Past Performance Information volumes). A pre-solicitation conference/site visit will be held on or about 9 Nov 2010 (details to follow). Following the pre-solicitation conference/site visit, the government team will hold one-on-one meetings with interested prime contractor teams to discuss questions/concerns on the Draft RFP, the Source Selection Process, and any other issues that they may have regarding the proposed acquisition. Each one-on-one meeting will not exceed 45 minutes, unless there is a need to shorten the meetings to 30 minutes due to the number of interested prime contractors. Prime contractor teams may schedule a one-on-one meeting in writing to the Contracting Officer at the same time they are requesting to attend the pre-solicitation/site visit. The Government is not interested in viewing capability briefings at this time. All responsible offerors may submit an offer for consideration. At this time, 45 SW is requesting all interested parties contact the Contracting Officer at the email address listed below for the purpose of compiling a list of sources. All responding firms will be placed on a list of interested parties that will be posted to this FEDBizOpps website. Firms who state an interest in the subcontracting opportunities and identify their specialty will be added to the interested parties list. Potential offerors must be currently registered in the Central Contractor Registry to be eligible for award. (See Internet Site: http://www.ccr.gov). Payment for this acquisition will be made through the Wide Area Workflow (WAWF) System. Contractors must be registered in WAWF, see internet site: https://wawf.eb.mil for registration. Potential contractors must also be currently registered with On-line Representation and Certification Applications (ORCA). (See Internet Site: http://orca.bpn.gov/). Foreign contractors will not be permitted to participate at the prime contractor or any other level due to national security issues. AFFARS 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, AFSPC/A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX 719-554-5299, a7k.wf@afspc.af.mil. There will be no paper copies of this solicitation. Offerors should submit all questions or comments relative to the solicitation in writing via email to the Contracting Officer, Ms. Tammy Davis and can be reached at tammy.davis@patrick.af.mil; no other format will be considered or accepted. The Government will be posting responses to those comments/questions and encompass both the emailed correspondence and one-on-one discussions subsequent to this synopsis via FEDBizOpps website. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-10-R-0003-Synopsis/listing.html)
 
Place of Performance
Address: Cape Canaveral Air Force Station (CCAFS), Cape Canaveral, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02303416-W 20101002/100930235907-7300e16dbd1ab3fe147ee5b497c63b51 (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.