Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2011 FBO #3620
SOURCES SOUGHT

R -- AFRL Logistics Materiel Control Activity (LMCA) - DRAFT PERFORMANCE WORK STATEMENT (PWS)

Notice Date
10/21/2011
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
Kirtland-LMCA
 
Point of Contact
BRIAN J. CLARK, Phone: 5058465703
 
E-Mail Address
brian.clark@kirtland.af.mil
(brian.clark@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
All questions/comments for the Draft PWS are due 11 November 2011 SOURCES SOUGHT AND DRAFT PWS ANNOUNCEMENT (1)PWS ANNOUNCEMENT FOR INDUSTRY FEEDBACK AFNWC/PKOC, Kirtland AFB, NM seeks industry feedback and comments on the DRAFT Performance Work Statement (PWS) dated 12 October 2011, for the Logistics Materiel Control Activity, at Kirtland AFB, NM. This notice does not constitute a Request for Proposal (RFP). It is not a commitment by the U.S. Government to procure services and does not restrict the Government regarding the ultimate acquisition approach that may be taken in the future. The submission of this information is for Planning Purposes Only. Respondents should email their comments on the attached comment form via email by 4:00 p.m. Mountain Time on 11 November 2011, to Mr Brian J Clark at email address brian.clark@kirtland.af.mil or to the following address: AFNWC/PKOC Attention: Brian Clark, Bldg. 20604, Rm. D-17a, Kirtland AFB, NM 87117-5606. No telephone calls will be accepted. No extensions to the above submittal date shall be authorized. Please reference "Kirtland AFB LMCA DRAFT PWS Comments" for this notice. The Government will not pay for any information submitted due to this announcement. (2)SOURCES SOUGHT SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PKOC, Kirtland AFB, Albuquerque, NM, seeks potential business sources to perform non-personal services to support contract, consisting of logistical support, supply, transportation and maintenance support activities. The AFNWC/PKOC reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the AFNWC/PKOC to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. Firms responding to this announcement must be registered in the Central Contractor Registration (CCR) and should include company name, cage code, point of contact, address and indicate if it is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business. The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. The proposed contract is anticipated to be a firm-fixed price contract with a base period and four, one-year option periods. The contract awarded is subject to FAR 52.222-41, Service Contract Act of 1965, to include collective Bargaining Agreements. The North American Industry Classification System (NAICS) code for this acquisition is 561210 (Facilities Support Services), and the size standard for small business is $35.5 million. The Statement of Need for this requirement is as follows: The Air Force Research Laboratory's (AFRL), Logistic Materiel Control Activity (LMCA) is the focal point among AFMC Research, Development, Test and Evaluation (RDT&E) activities, the Standard Base Supply System (SBSS), and supporting contracting activities. They provide non-standard supply support to Phillips Research Site (PRS), Space Vehicles (RV) and Directed Energy (RD) directorates. The LMCA Service Provider will be asked to provide a LMCA chief to ensure full time on site management of the day to day operations as a means to continuously and closely manage all AFRL/PRS supply operations. Act as the Primary Equipment Custodian and annually review the Consolidated Custody Receipt List (R23) received from Base Supply listing the accountable assets located in the Air Force's and AFRL's inventory. Validate and provide on a monthly basis to the Quality Assurance Personnel (QAP) and Functional Director (FD) the LMCA Status Report which covers the transactions for the month. Receive, brief, and assist Government auditors, staff assistance teams, Inspector General Teams as required. Manage the Report of Survey (ROS) program and be responsible for identifying trends which may affect the total supply support effectiveness. Collect data, compile, prepare, and submit cost/budget estimates. Be responsible for setting up all administrative functions to maintain and update file plans, LMCA publications, instructions, manuals and other directives related to AFRL supply support services. Be responsible for setting up procedures and training function to familiarize all LMCA personnel with all automated systems used within the LMCA. Develop a Custodian Authorization Custody Receipt Listing (CA/CRL), training plan, establish and maintain the CA/CRL training record and perform sub-custodian initial and refresher training. Provide all Automatic Materiel Control System (AMCS) functions and training. Set up and maintain a Customer Support Unit (CSU) that is responsible for receiving all requests for supplies and equipment. Ensure compliance with mandated Asset Management instructions and guidelines for Government Purchase Card (GPC) purchases. Develop a quality control (QC) program ensuring that purchases are not made without the proper documentation and approval. Develop operational procedures for the review of Hazardous Material purchases ensuring they comply with applicable Air Force and DOD instructions. Establish and maintain a document control system to track direct and decentralized purchases. Manage and maintain all reports IAW with applicable Air Force instructions. Responsible for obtaining and ensuring all fuel request letters for liquid propellants (LN2, DEWARS, Bulk Helium etc.) have the proper information. Call in fuel requests for liquid propellants (LN2, DEWARS, Bulk Helium etc.) to the appropriate DESC contracted vendor. Maintain a fuels spreadsheet and up-channels the information to the FD so that journal vouchers may be accomplished. Process shipping requests IAW applicable Air Force and DOD instructions. Be responsible for setting up and maintaining an Equipment Control Unit (ECU). Responsible for providing Equipment Control within all of PRS. Ensure sub custodians are properly appointed and perform custodian and supply representative training and briefings throughout the calendar year as needed, documenting each custodian's training. Receive, prepare and process documents to establish accountability for all Equipment Authorization Inventory Data (EAID) items received. Establish accountability for Non-EAID and Information Technology Equipment (ITE) items equal to or under established micro-purchase threshold limits IAW local policy. Prepare proper EAID termination request to Base Supply for Government Furnished Equipment. Review and submit requests for inter/intra-command loans of in-use equipment to base supply as required. Annually review lease, loan and donation agreements of Government equipment to non-Government agencies (NGA). Process EAID package deployment/equipment transfer transactions for all equipment being deployed or redeployed. Provide all ITE accountability within all of PRS. Ensure ITE primary and sub custodians are properly appointed and will perform custodian and supply representative training and briefings throughout the calendar year as needed, documenting each custodian's training and ensuring required initial/annual refresher training has been received. Conduct annual inventories with custodian and/or sub-custodians. Create electronic excess reports for all equipment and or ITE. Review all DD Form 1149's for items being returned to the vendor for replacement or repair. Reviews all DD Form 1149's for all items being shipped from PRS for proper documentation. Responsible for setting up and maintaining a Material Handling Unit (MHU). Provide all Material Handling Unit function IAW applicable Air Force or DOD instructions. Serve as the PRS central receiving point for supplies and equipment ordered and received. Process the inspection portion of direct procurements received in MHU using Wide Are Work Flow (WAWF). Store supplies and equipment in assigned storage areas. Perform inventories and warehouse surveillance for corrosion control and shelf life IAW applicable Air Force and DOD instructions. Be responsible for operating and maintaining storage and holding areas, and if applicable flammable storage IAW applicable Air Force and DOD instructions. Obtain and affix bar code labels for all hazardous material direct receipts. For items received from SBSS verify Hazardous Materiel Management System (HMMS) labels are attached. Segregate scrap and prepare documentation as required for disposition. Receive, store and turn-in for recycling or disposal fluorescent light tubes and batteries. Manage the precious metals recovery program within AFRL/PRS. Provide pickup and delivery for AFRL/PRS of supplies, accountable and non-accountable equipment. Responsible for receiving, pick up, preparing and processing excess assets for turn-in and shipment. Provide the movement of office furniture within AFRL/PRS. Appoint a primary and alternate vehicle control officer for all government furnished vehicles to ensure that vehicles are maintained in a clean, inspection-ready condition. Act as the focal point to ensure the establishment and maintenance of Logistics Support Stocks (LSS) for AFRL/PRS. Responsible for setting up and maintaining a centralized Administrative and Janitorial/Bench Stock. Ensure the A&J/Bench Stock is maintained IAW applicable Air Force or DOD instructions. Will be required to support an activation or exercise of contingency plans as needed. Conduct monthly inspections of the assigned building or facility and its installed equipment and report to the facility manager any needed maintenance and/or repair or other adverse conditions. Be knowledgeable of and comply with all applicable Interstate, Federal, State and Local laws, regulation and requirements regarding environmental protection. Support and participate in external and internal Environmental Compliance Assessment and Management Program (ECAMP) inspections. Be liable for the spill or release of Hazardous Materials within the confines of LMCA. Obtain and maintain Secret level clearances for all personnel hired to support this contract. Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel, with SECRET clearances. D. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar supply management requirements? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this Statement of Need for Kirtland AFB supply management. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. E. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year multiyear contract at one or more locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 10 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 4:00 PM (MST) on 11 November 2011 via e-mail. Questions and responses should be addressed to the Primary POC Mr. Brian "Jason" Clark, via email, to brian.clark@kirtland.af.mil. Alternate POC is Ms. Susan McDaniel, Contracting Officer, susan.mcdaniel@kirtland.af.mil. Contracting Office Address: AFNWC/PKOC Contracting Division 2000 Wyoming Blvd SE Bldg 20604, Room D-17 Kirtland AFB, New Mexico 87117-5606 United States Place of Performance: Kirtland AFB, New Mexico 87117 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/Kirtland-LMCA/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02611041-W 20111023/111021234225-5c6da4902aeb8768848963f1651b2662 (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.