Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
MODIFICATION

R -- Installation Support Services (ISS) for Geographically Separated Locations (GSL) - Package #1

Notice Date
2/28/2011
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-10-R-0019
 
Archive Date
11/30/2010
 
Point of Contact
Stuart McElhinney, Phone: 907-552-5310, Molly Zerbach, Phone: 907-552-5705
 
E-Mail Address
stuart.mcelhinney@elmendorf.af.mil, margaret.zerbach@elmendorf.af.mil
(stuart.mcelhinney@elmendorf.af.mil, margaret.zerbach@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
V2 Draft Award Term Plan FPIF Cost Savings Model V2 (Example) ************************ 28 Feb 2011- Posted Version 2 of draft Award Term Plan and Version 2 of the the FPIF Cost Savings Model (Example) ************************* MEMORANDUM FOR POTENTIAL OFFERORS FROM: 673 CONS/LGCZ 24 Feb 2011 SUBJECT: Request for Small Businesses Comments- Incentives (Suspense COB 3 Mar 11) 1. This is not a request for proposal, but a request for comments from Small Businesses to the attached Installation Support Services (ISS) for Geographically Separated Locations (GSL) Draft Award Term Plan. The contract is targeted for Small Business as a Fixed Price with Incentive Firm (FPIF) and Award Term Options resulting in; a contract with a 6 month Base, four 1 year options and five 1 year Award Term Options. Please review the attached documents and provide comments to the following: a. Does your company have an adequate accounting system for providing data to support negotiations of an incentive price revision (FAR 16.403-1 (c))? b. Has your company had a successful Accounting System Survey audit conducted by the DCAA for past awarded contracts? c. Would this contract incentive preclude your company from proposing? If it would, why? d. Is a ceiling price (Point of Total Assumption) of 5% appropriate for this type of contract risk? Why or Why not? e. Do you have any other suggested areas for off contract cost reductions? f. Are the Evaluation Criteria understandable and well defined? Do you have any additional questions and /or need clarification on any parts of the draft Plan? 2. This incentive approach is in response to the DOD's declining funding, changing business practices and is designed to control and lower cost. The incentive plan for this contract consist of two parts: 1) Fixed Price Incentive Firm (FPIF) and 2) Award Terms (AT) for additional five option years. Both require performance standards to be met. The FPIF is designed to provide a positive, calculable profit incentive for the contractor to control costs on an annual basis. The AT targets the reduction of three off contract costs that are within the contractor's control. 3. For additional information about FPIF please refer to FAR 52.216-16 and FAR 16.403-1. 4. Your input is vital to the government's market research of this topic. Please provide responses as soon as possible, but no later than your close of business Thursday, 3 Mar 2011 to both margaret.zerbach@elmendorf.af.mil and stuart.mcelhinney@elemendorf.af.mil. Stuart McElhinney Contract Specialist Attachments: 1. Award Term Plan 2. Cost Savings Model ---------------------------------------------------------------------------------------- SOLICITATION STATUS This notice is to advise the slippage in Milestone Dates. The Government is currently revising the PWS and evaluating new Milestone dates. A new PWS is anticipated to be posted for industry comment on 13 Apr 2011 and a draft RFP on 16 Jun 2011. RESPONSES TO INDUSTRY DAY Site Visits and an Industry Day for the proposed consolidation of the Eareckson Air Station, Wake Island and King Salmon requirements were held during the month of December 2010. The following information is provided from these events: 1. Industry Day Agenda 2. Industry Day Slides 3. Industry Day Participant Roster 4. Questions and Answers - RFP, PWS, Site Visits, 20 Dec Industry Day Please continue to check FedBizzOps for future updates. ________________________________________________________________ ***REMINDER*** DEADLINE FOR SITE VISIT REGISTRATION IS 15 NOV 2010 CONTACT IS CAPT MATTHEW VAN GILDER (See Below) SITE VISIT, INDUSTRY DAY and DRAFT RFP We request Industry comments on the DRAFT RFP for the Installation Support Services (ISS) for Geographically Separated Locations (GSLs) requirement. Specifically we are looking for comments regarding the use of electric vehicles on EAS and WI. Additionally, we request your input on the purchase and transportation of food to the sites. Historically food has been purchased off contract. The contractor has ordered the food from the prime vendor and the Govt has provided the transportation. The Govt is looking for the contractor to be 100% responsible for the purchase and delivery of all food required to feed the employees of the contractor and the tenants, visiting Govt personnel, and third party contractors. Request your comments to the DRAFT RFP NLT 19 Nov 2010. All information received will be considered proprietary. Please send comments to: jane.faris@elmendorf.af.mil and margaret.zerbach@elmendorf.af.mil The information is requested for market research and is not a solicitation announcement for proposals. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. SITE VISITS: The site visit for Wake Island (WI) will be conducted 3 Dec 2010. Potential offerors will be transported from Hickam AFB to WI via contract carrier. The approximate cost per person for the flight is $3,176. The Government will bill the potential offerors for the cost. We will be departing from Hickam AFB at 0300 and return approximately 2000(Hawaii time). The site visit for King Salmon (KS) will be conducted 14 Dec 2010 from 1300-1600. Potential offerors will make their own arrangements for transportation from Anchorage to the KS divert location. Arrival at the KS divert location should be no earlier than 1300. The site visit for Eareckson Air Station (EAS) will be conducted 15-16 Dec 2010. Potential offerors will be transported from Elmendorf AFB to EAS via contract carrier. The approximate cost per person for the flight and overnite stay is $2,982. The Government will bill the potential offerors for the cost. Arrival at the PAX Terminal on Elmendorf AFB should be no later than 0900. Due to site and contract carrier limitations, a restriction of one to two personnel per company will be imposed, depending upon the number of potential offerors. Potential offerors are required to make their commercial air line reservations as soon as possible. Potential offerors are required to provide 611 ASUS, Capt Matthew Van Gilder, via telephone (907) 552-1989 or e-mail matthew.vangilder@elmendorf.af.mil, the attendee's name, title, company/corporation affiliation, and billing address. This information is required no later than 15 Nov 2010. INDUSTRY DAY: The 673d Contracting Squadron (CONS), Elmendorf Air Force Base, Alaska, is pleased to host a second Industry Day for the solicitation of the Installation Support Services (ISS) for Geographically Separated Locations (GSLs). This requirement includes the ISS for Eareckson Air Station (EAS), Wake Island (WI), and King Salmon (KS). The 611th Air Support Group will present information on their requirement, and 673 CONS will discuss the contract particulars. All contractors who are interested in either prime, team, or subcontractor roles are encouraged to investigate opportunities at this event. Forty-five (45) minute one-on-one contractor capabilities presentations may be scheduled on a first-come basis. Participation is highly encouraged for all small business enterprises. EVENT: Industry Day - Installation Support Services for Geographically Separated Locations DATE: 20 December 2010 PLACE: Arctic Warrior Event Center, 9387 Kuter Avenue, Elmendorf AFB, AK TIME: 0815 - 1600
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-10-R-0019/listing.html)
 
Record
SN02388702-W 20110302/110228233919-1ce1321d7946275df36a93e6511170c6 (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.