Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOURCES SOUGHT

R -- Air Force Privatization Post Closing Management-13 - RFI #1

Notice Date
9/12/2011
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 772 Enterprise Sourcing Squadron, 2261 Hughes Ave Ste 163, Lackland AFB, Texas, 78236-9861, United States
 
ZIP Code
78236-9861
 
Solicitation Number
PCM-13
 
Point of Contact
Johanna G Mendiola, Phone: 210-395-8277
 
E-Mail Address
johanna.mendiola@us.af.mil
(johanna.mendiola@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Current PCM OCI Clause Draft PWS dated 12Sep2011 THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This RFI is ISSUED for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm's ability to submit an offer if, or when, a solicitation is released. The requested information is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Formal notices will be on http://www.fbo.gov/ website. GENERAL INFORMATION: The Air Force Center for Engineering and the Environment (AFCEE), Lackland AFB, TX is in the process of determining the acquisition strategy for the follow-on to its Post Closing Management (PCM) contract. The new procurement, PCM-13, is for long-term portfolio management services supporting Air Force Military Housing Privatization Initiative (MHPI) Projects, Enhanced Use Leasing (EUL), Value Based Transactions (VBT), monitoring Voluntary Action Program (VAP) for Real Estate and Environmental Issues related to BRAC, Real Estate Transactions/Programs, and other privatization endeavors. PCM-13 will include requirements for AFCEE and the Air Force Real Property Agency (AFRPA). AFCEE intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) basic contracts under NAICS Code 541611 (Administrative Management and General Management Consulting Services). However, the Government reserves the right to award one contract if the Source Selection Authority (SSA) determines it is in the Government's best interest. The size standard associated with this NAICS code is $7 million. The size standard is the largest dollar amount that a concern can be and still qualify as a small business for Federal Government programs. For the most part, size standards are the average annual receipts or the average employment of a firm. How to calculate average annual receipts and average employment of a firm can be found in 13 CFR 121.104 and 13 CFR 121.106, respectively. Individual Task Orders (TO) will be awarded utilizing the terms and conditions of the basic contract(s). AFCEE currently anticipates a basic ordering period of five years with one additional year for completion of performance. Central Contract Registration (CCR) will be mandatory (see CCR website at www.ccr.gov). The program ceiling for this procurement is estimated to be $88 million. AFCEE requests comments from interested parties to the following questions: 1. The draft PCM-13 Performance Work Statement (PWS) dated 12 Sep 11 is attached. Please discuss your company's past experience in providing these types of services during the past 5 years. Provide specific examples of projects similar to the work which will be required in the PCM contract. 2. The current Post Closing Management Contract is a single award ID/IQ contract. Please provide your comments regarding whether a single award ID/IQ contract versus multiple award ID/IQ contracts is appropriate for this requirement. a. Are tasks to be ordered so integrally related that only a single contractor can reasonably perform the work? b. Which award type will secure more favorable terms and conditions, including pricing; a single or multiple award? c. Will a multiple award negatively impact the level of quality required because the supplies/services are so unique or highly specialized? d. What are the potential benefits of a single award? e. What are the potential benefits of a multiple award? f. What are your comments regarding the table of deliverables being structured as several distinct functional areas or groups of services. g. How are services of similar size, complexity, and dollar value acquired within this industry; by single award or multiple award contracts. 3. The current PCM contract is Firm Fixed Price (FFP). Task orders are priced using FFP Deliverables and fully burdened FFP labor rates. How would you envision this working with a single award? With a multiple award? 4. MHPI Program data (currently 500 GB but anticipated to be 1 Terabyte within 5 years) currently resides on a 3rd party commercial server. Please provide a list of viable storage alternatives available for the volume of data anticipated for this program. What are the security protocols for each alternative? 5. The source selection approach for PCM-13 is in the process of being established. a. What are industry comments on the pros and cons of using Price Performance Tradeoff (PPT) source selection procedures for this effort? b. What are industry comments on the pros and cons of using Full Trade-Off (FTO) source selection procedures for this effort? c. What are the industry comments on the pros and cons of using Lowest Price Technically Acceptable (LPTA) source selection procedures for this effort? 6. What is the historical maximum work load your firm has managed while assuring effective program/project implementation and maintaining quality work products? 7. In regards to the dollar size of a task order, is there an upper limit on what you can do in-house? With teaming members? 8. What is the highest dollar level of a project you have worked on in-house? With teaming members? 9. In terms of evaluating a company that submits a proposal for PCM-13, what critical evaluation criteria would differentiate companies' capabilities? Explain your rationale in detail. 10. If you were putting together a request for proposal for an effort of this magnitude, what would you provide that best demonstrates your company's experience and performance? What page limitations would you put on proposals? 11. Task orders will be performance-based, to the maximum extent practicable, in accordance with FAR Subpart 37.6. Please provide your comments on the performance objectives, performance standards, methods of measurement, and performance metrics, that should be used to evaluate performance for the various tasks identified in the draft PWS. 12. Attached is the current PCM Organizational Conflict of Interest (OCI) clause, 5352.209-9002 (tailored) for your reference. a. Please comment on any concerns you may have. b. What should the government be considering regarding potential OCIs? 13. In your view, is the proposed NAICS code (541611) the most appropriate code for this work? 14. For small business consideration: a. Would your firm be able to compete under NAICS 541611? b. If not, why not? c. Would you consider submitting a proposal as a prime contractor? 15. Would you participate in this acquisition with other firms as a teaming partner or joint venture? What other teaming opportunities do you see for this acquisition? 16. Please provide your comments on whether the following subcontracting goals would be realistic/ Percentages are for total subcontracted dollars: Small Business 40% anticipated subcontract dollars Small Disadvantaged Business 5% anticipated subcontract dollars Woman Owned Small Business 5% anticipated subcontract dollars HUB Zone Small Business 3% anticipated subcontract dollars Service Disabled Veteran Owned Small Business 3% anticipated subcontract dollars Veteran Owned Small Business 3 % anticipated subcontract dollars If you do not feel these goals are appropriate, request your input as to what are achievable goals with your supporting rationale. 17. Do you have any other comments or suggestions that you would like to share with us regarding this acquisition? 18. Please include the following with your response: a. Name and address of firm b. Point of contact and telephone number c. Average annual revenue for the past 3 years and number of employees d. Are you a large or small business under NAICS 541611 e. If you are a small business, do you qualify as an 8a, small disadvantaged business, woman owned small business, veteran owned small business, HUB zone small business, service disabled veteran small business, or HBCU/MI? The government encourages you to submit any additional comments or suggestions that you would like to share with us regarding PCM-13. Please note that official information will be provided by the Contracting Officer or Contract Specialist. Any information received from other sources should not be relied upon as official. Email your responses by COB 4:00 PM CT on 26 Sep 2011 to PCM-13 Points of Contact: at afcee.pcm-13@us.af.mil. The Contracting Officer will consolidate all inquiries and route to the appropriate PCM-13 team member. Any comments received from industry will NOT be posted on the public AFCEE website. ATCH Draft PWS dated 12 Sep 11 Current PCM OCI clause
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HQAFCEE/PCM-13/listing.html)
 
Place of Performance
Address: 2261 Hughes Avenue, Suite 165, Lackland Air Force Base, Texas, 78236-9853, United States
Zip Code: 78236-9853
 
Record
SN02572342-W 20110914/110912235907-a9cd036c4bc48cebd477670cb9344189 (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.