Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
MODIFICATION

M -- Installation Support Services (ISS) for Geographically Separated Locations (GSL) - Solicitation 1 - Original Synopsis

Notice Date
2/22/2012
 
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
A restatement of the Original Synopsis posted 2 Feb 2010 and modified on 2 Aug 2010, under solicitation Number FA5000-10-R-EAS, which will be archived and no longer accessible with the release of this solicitation. Zip files containing attachments from Section J and L. Solicitation and Attachments - FA5000-10-R-0019 ************************* 22 Feb 2011 ********************** 1. Milestone dates below are provided for your planning purposes. See the Solicitation for remaining milestone dates. Today- Final Solicitation Release (RFP) 09 Mar 12- Suspense for Topics and Questions for Pre-Proposal Conference 15 Mar 12- Pre-Proposal Conference (0900-1200) 03 Apr 13- Contract Start Date (Phase-in) 2. This is a solicitation announcement for Small Businesses to submit proposals for FA5000-10-R-0019, Installation Support Services for Geographically Separated Locations (ISS for GSLs). Please refer to the attached solicitation for details. 3. From this date forward all information and communication for this solicitation must be made through the identified Contracting Officer. 4. The Bidders Library is still available. Refer to postings on 30 Nov 11 and 1 Sep 11, with the exception Government Provided Property which is now part of the solicitation. Updates to the library will resume 23 February. ******************** 17 Feb 2011 ******************** Government expects final approval to post the RFP next week. 1. Milestone dates below are provided for your planning purposes and are subject to change. 22 Feb 12- RFP Release 14 Mar 12- Pre-Proposal Conference (Tentative Date) 20 Apr 12- Volume I Due Date 21 May 12- Remaining Volumes Due Date 03 Apr 13- Contract Start Date (Phase-in) 2. Encrypted e-mail note (Section L 3.2.1). To allow encryption messaging, once you have obtained a commercially available certificate send a digitally signed e-mail to the CO to exchange certificates. Technical information is available at: http://iase.disa.mil/pki/eca/index.html and http://iase.disa.mil/pki-pke/interoperability/index.html 3. This is not a solicitation announcement for proposals. ************************ 2 Feb 2012******************** 1. Milestone dates below are provided for your planning purposes and are subject to change. 17 Feb 12- RFP Release 05 Mar 12- Volume I Due Date 21 May 12- Remaining Volumes Due Date 03 Apr 13- Contract Start Date (Phase-in) 2. As part of the Source Selection evaluation the government is contemplating removal of including Past Performance as an evaluation factor as allowed by FAR 15.101-2(b)(1). 3. This is not a solicitation announcement for proposals. *********************** 10 Jan 2012 ******************** 1. In regard to the RFI dated 16 Dec 2011 with a 9 Jan 2012 suspense: Due to an e-mail outage at our location on 9 January, please re-send any e-mail sent on 9 Jan 2012 if you did not receive corresponding aknowledgement e-mail from 673 CONS. 2. Facilities (Square Footage) Listings for EAS, KS and WI have been updated in the Bidders Library: EAS - Package No. 8 WI - Package No. 3 KS - Package No. 7 Thank you. ************************* 16 Dec 2011 ************************** REQUEST FOR INFORMATION 1. Purpose of this RFI is to allow potential offerors the opportunity to respond with comments and input to help the government to clarify the upcoming RFP. The government does not intend to post answers but will use the comments or input in finalizing the RFP. Please provide comments by COB 9 Jan 2012 on the follow areas: a. Identify areas that need further defining by the government to allow understanding by the contractor. b. Identify pricing instructions that are unclear. c. Is the Scalability Matrix sufficient for proposing to different levels of service? Will the level of service matrix approach preclude your company from proposing? d. In the LOS document what is X and Y for the number of sorties at WI? Note: Section J Exhibits A&B are still under development. Section L&M items highlighted in yellow will be completed by the government in final RFP release. 2. Milestone dates below are provided for your planning purposes and are subject to change. 16 Dec 11- Posted RFI for draft L&M Price Exhibits & PWS 09 Jan 12- Response Suspense Date 17 Feb 12- Tentative RFP Release 08 Mar 12- Volume I Due Date 20 Apr 12- Vol II, III and IV Due Date 03 Apr 13- Contract Start Date (Phase-in) 3. This is not a solicitation announcement for proposals. 4. Current POCs for this acquisition are listed at the bottom of the window. *********************** 30 Nov 2011 ************************ 1. Milestone dates below are provided for your planning purposes and are subject to change. 2. Posted one spreadsheet with 3 tabs containing Q&A from Draft L&M posting, Industry Day Submitted Questions and Industry Day Q&A. Also Posted 17 Nov 11 Industry Day Slides. TBD - RFI for L&M Price Exhibits & PWS 25 Jan 12- Tentative RFP Release 03 Apr 13- Contract Start Date (Phase-in) 3. Bidder's Library links: No change Eareckson AS: (posted 15 Sep 11) https://www.fbo.gov/fedteds/FA5000EASDataLIbrary Wake Island: (posted 9 Sep 11) https://www.fbo.gov/fedteds/FA5000WIDataLIbrary King Salmon Divert Location: (updated 4 Nov 2011) https://www.fbo.gov/fedteds/FA5000KSDataLibrary ISS Common Library: (posted 15 Sep 11) https://www.fbo.gov/fedteds/FA5000CommonLibrary 4. This is not a solicitation announcement for proposals. 5. Current POCs for this acquisition are listed at the bottom of the window. ********************** 14 Nov 2011 *********************** 1. Milestone dates below are provided for your planning purposes and are subject to change. Reminder L&M and Industry Day questions are due COB today. 2. Results from 7 Oct, 11 posting- voluntary posting of interested vendors for teaming arrangements have been posted. 4 Nov 11- Post Draft Section L&M for comment/questions 14 Nov 11- Suspense for industry L&M comment/question 14 Nov 11- Suspense for submitting Industry Day Questions 17 Nov 11- Industry Day 30 Nov 11- Government response to L&M questions 25 Jan 12- Tentative RFP Release 03 Apr 13- Contract Start Date (Phase-in) 3. Bidder's Library links: No change Eareckson AS: (posted 15 Sep 11) https://www.fbo.gov/fedteds/FA5000EASDataLIbrary Wake Island: (posted 9 Sep 11) https://www.fbo.gov/fedteds/FA5000WIDataLIbrary King Salmon Divert Location: (updated 4 Nov 2011) https://www.fbo.gov/fedteds/FA5000KSDataLibrary ISS Common Library: (posted 15 Sep 11) https://www.fbo.gov/fedteds/FA5000CommonLibrary 4. This is not a solicitation announcement for proposals. 5. Current POCs for this acquisition are listed at the bottom of the window. *********************** 4 Nov 2011 ************************ 1. Updated Milestone dates below are provided for your planning purposes and are subject to change. 2. Draft Sections L&M have been posted for your comment and questions. Government request comments on Page Limits listed in Section L. Volume III, Price, Factor 1 is still under construction at this time in both Section L&M. We will post it as soon as it is available. 4 Nov 11- Post Draft Section L&M for comment/questions 14 Nov 11- Suspense for industry L&M comment/question 14 Nov 11- Suspense for submitting Industry Day Questions 17 Nov 11- Industry Day 30 Nov 11- Government response to L&M questions 25 Jan 12- Tentative RFP Release 03 Apr 13- Contract Start Date (Phase-in) 3. Bidder's Library update: King Salmon Data Library - Landfills 4. This is not a solicitation announcement for proposals. 5. Current POCs for this acquisition are listed at the bottom of the window. ***************** 19 Oct 2011 ******************* 1. See attached (Q&A PWS Oct 2011) government answers to industry questions from PWS. 2. Updated Milestone dates below are provided for your planning purposes and are subject to change 19 Oct 11- Gov Posted response to PWS Questions/Comments 24 Oct 11- Post Draft Section L&M for comment/questions 31 Oct 11- Suspense for industry L&M comment/question 7 Nov 11- Government response to L&M questions 14 Nov 11-Suspense for submitting Industry Day Questions 17 Nov: Industry Day 25 Nov 11- Tentative RFP Release 03 Apr 13- Contract Start Date (Phase-in) 3. This is not a solicitation announcement for proposals. 4. Current POCs for this acquisition are listed at the bottom of the window. *********************** 15 Oct 2011 *********************** 1. INDUSTRY DAY 17 NOVEMBER 2011 0800-1200 on base at the Kashim Club Ballroom 7135 Doolittle, JBER, AK. (Located behind the Talkeetna Theater) TOPICS: ASG Perspective, PM/CO Brief, FAQ brief, submitted Q&A PRE-REGISTER no later than 3:00 p.m. (AST) on 3 November 2011. To register, please e-mail your name, company name, address, phone number and e-mail address to margaret.zerbach@elmendorf.af..mil and stuart.mcelhinney@elmendorf.af.mil. ACCESS TO JBER: All visitors must register at the Visitor's Center at the Boniface Gate which is locatedat Boniface Parkway and 6th Avenue, Anchorage, AK. Access will require a valid driver's license, current vehicle registration or rental car agreement, or Government-issued photo ID. Please notify the contracting office of special needs, i.e. hearing, visual, language or handicapped no later than 3 November. --------------------------- 2. UPDATED MILESTONES Dates below are provided for your planning purposes and are subject to change: TBD - Post Draft Section L&M for comment/questions TBD- Gov Post response to PWS Questions/Comments 14 Oct 11: Teaming Suspense (see 14 Oct 11 posting) TBD- Suspense for L&M comment/question 17 Nov: Industry Day 25 Nov 11- Tentative RFP Release 03 Apr 13- Contract Start Date (Phase-in) 3. This is not a solicitation announcement for proposals. 4. Current POCs for this acquisition are listed at the bottom of the window. ****************** 7 Oct 2011 ******************* 1. Teaming Arrangement Opportunities- The Interested Vendors Tab that is a part of FBO website is currently not available and we have been told by the FBO help desk that it should become available when the RFP is released. To help facilitate teaming opportunities the government is offering to post a list of interested vendors to the FBO Web Site for this acquisition. This is not a requirement for the future solicitation, does not obligate the government in any way and is entirely voluntary on the vendor's part. Each vendor is responsible to ensure their data is published correctly. If you wish to have your company listed please e-mail Molly Zerbachat the address at the bottom of the window by 14 Oct 11 with the following information; Company Name, POC, e-mail, CAGE and NAICS Codes interested in performing for this requirement, indicate interested in being the Prime/Sub-contractor/Prime or Sub. 2. Updated Milestone dates below are provided for your planning purposes and are subject to change 14 Oct 11 - Post Draft Section L&M for comment/questions 14 Oct 11- Gov Post response to PWS Questions/Comments 21 Oct 11- Suspense for L&M comment/question 17 Nov 11 - Industry Day 25 Nov 11- Estimated RFP Release 03 Apr 13- Contract Start Date (Phase-in) 3. Updates to Bidders Library: EAS Landfill Drawings (4) EAS, WI and KS SAF-MIL(A)7115 FA5000-09-C-0003 - King Salmon Runway Maintenance Contract with Sate of Alaska, DOT&PF Common- AFI 32-7001 Environmental Management (See postings of Sep 15 and 23 for access to data library links.) 4. This is not a solicitation announcement for proposals. 5. Current POCs for this acquisition are listed at the bottom of the window. ******************* 23 Sep 2011 ******************************* Acquisition Update: (No Response Required at this time) 1. Bidders Library Documents now available through FBO secure link. King Salmon Divert Location: (posted 23 Sep 2011) https://www.fbo.gov/fedteds/FA5000KSDataLibrary 2. For Bidders Library access info see below posting on 1 Sep 11 and 15 Sep 11. For content see Bidders Library Directory posted on 14 Apr 11. 4. This is not a solicitation announcement for proposals. ******************** 15 Sep 2011 ******************************* Acquisition Update: (No Response Required at this time) 1. Bidders Library Documents now available through FBO secure link. Eareckson AS: (posted 15 Sep 11) https://www.fbo.gov/fedteds/FA5000EASDataLIbrary Wake Island: (posted 9 Sep 11) https://www.fbo.gov/fedteds/FA5000WIDataLIbrary ISS Common Library: (posted 15 Sep 11) https://www.fbo.gov/fedteds/FA5000CommonLibrary King Salmon: (In work, will post NLT 22 Sep) 2. For Bidders Library access info see below posting on 1 Sep 11. For content see Bidders Library Directory posted on 14 Apr 11. 3. Updated Milestone dates below are provided for your planning purposes and are subject to change TBD - Post Draft Section L&M for comment/questions TBD- Suspense for L&M comment/question 3 Oct 11- Gov Post response to PWS Questions/Comments 17 Nov: Industry Day 25 Nov 11- RFP Release 03 Apr 13- Contract Start Date (Phase-in) 4. This is not a solicitation announcement for proposals. 5. Current POCs for this acquisition are listed at the bottom of the window. ******************** 9 Sep 2011 ********************************* Acquisition Update 1. Suspense and Milestone dates have been updated below. 2. As stated in 1 Sep 11 update below this acquisition will be using the function in FBO called "Non-FBO Secure Document Link" to post sensitive, but unclassified documents, referred to as packages within FBO. The below link will allow you access to the Bidders Library Documents for Wake Island. More links will be posted as they become available. Anticipate Bidder's Library postings on a weekly basis. WAKE ISLAND DATA LIBRARY LINK: https://www.fbo.gov/fedteds/FA5000WIDataLibrary 3. Current Milestones subject to change and provided for your planning purposes are: 12 Aug 11- Posted for comment/questions Section C-PWS-Update On Hold- Post Draft Section L&M for comment/questions 14 Sep 11- Suspense for PWS comment/question 21 Sep 11- Suspense for L&M comment/question 03 Oct 11- Gov Post response to PWS/L&M Questions/Comments 17 Nov 11- Industry Day 25 Nov 11- RFP Release 30 Nov 11- Pre-Proposal Conference 03 Apr 13- Contract Start Date (Phase-in) 5. This is not a solicitation announcement for proposals. 6. Current POCs for this acquisition are listed at the bottom of the window. ******************** 1 Sep 2011 ********************************* Acquisition Update 1. Suspense and Milestone dates have been updated below. 2. This acquisition will be using the function in FBO called "Non-FBO Secure Document Link" to post sensitive, but unclassified documents, referred to as packages within FBO. Information on how to access for vendors is available in the Vendor Guide (4.5), available on the main FBO website. Access to this function is dependent on CCR registration, so it is important to ensure your CCR registration is current throughout the source selection process. The below link will allow you to test to ensure you will be able to access the documents we will begin posting on 7 Sep 11. Bidders Library Documents will be available through this Non-FBO function. Test Link: https://www.fbo.gov/fedteds/FA5000Test 3. The government has elected to not have a pre-proposal conference, but to instead have a final exchange with industry in the form of an Industry Day. This will allow one last exchange to present concerns and ask questions prior to the RFP release, see dates below. More information will be presented in a later posting. 4. Current Milestones subject to change and provided for your planning purposes are: 12 Aug 11- Posted for comment/questions Section C-PWS-Update 07 Sep 11- Post Draft Section L&M for comment/questions 14 Sep 11- Suspense for PWS comment/question 21 Sep 11- Suspense for L&M comment/question 03 Oct 11- Gov Post response to PWS/L&M Questions/Comments 17 Nov 11- Industry Day 25 Nov 11- RFP Release 30 Nov 11- Pre-Proposal Conference 03 Apr 13- Contract Start Date (Phase-in) 5. This is not a solicitation announcement for proposals. 6. Current POCs for this acquisition are listed at the bottom of the window. ******************* 12 Aug 2011 ******************************** Request for Comments and Questions on Updated draft PWS: 1. Suspense 7 Sep 11 (COB) 2. Accompanying this posting are updates to the draft RFP titled: Draft RFP Section C - PWS - 12 Aug 11 Update 3. Request any interested Small Businesses review and provide comment and questions by the above Suspense date to: margaret.zerbach@elmendorf.af.mil. 4. Current Milestones, subject to change and provided for your planning purposes are: 12 Aug 11- Posted for comment/questions Section C-PWS-Update 31 Aug 11- Post Draft Section L&M for comment/questions 7 Sep 11- Suspense for PWS comment/question 14 Sep 11- Suspense for L&M comment/question 26 Sep 11- Gov Post response to PWS/L&M Questions/Comments 25 Nov 11- RFP Release 30 Nov 11- Pre-Proposal Conference 03 Apr 13- Contract Start Date (Phase-in) 5. This is not a solicitation announcement for proposals. 6. Current POCs for this acquisition are listed at the bottom of the window. ******************************************************************* ************************************ 27 Jun 2011 ********************* ACQUISITION UPDATE: The Government strategy for this acquisition is in a formative pre-approval state. After evaluation the government has removed the following from consideration in this acquisition; Fixed Price Incentive Firm (FPIF) and Award Term Options. Current strategy is still for an open to all Small Businesses and will involve a Firm Fixed Price contract, with some reimbursable CLINS for a total available period of 7.5 years. Once the government strategy has been formally approved a new posting will be made to this site. Current Milestones, subject to change and provided for your planning purposes are: 29 Jul 11- Draft Section L&M and Daft PWS posted to FBO for comment 21 Oct 11- RFP Release 28 Oct 11- Pre-Proposal Conference 20 Dec 11- Proposals Due 03 Apr 13- Contract Start Date (Phase-in) Current POCs for this acquisition are listed at the bottom. Please continue to monitor FBO for updates. No Response Required. ***************************************************************** REQUEST FOR INFORMATION Recently Posted: 1. Draft H.10 local clause titled Efficiency Initiative 2. Draft updated Award Term Plan 3. Draft updated PWS 4. Bidder's Library Information document (preparing for creation of Library at this time) Instructions: *Please review and provide comment/questions on the DRAFT H.10 addition to Section H. *Please review and provide comment/questions on the Draft Award Term Plan w/Performance Criteria no later than close of business (4:30 pm AST) on 6 May 2011. *The updated DRAFT PWS (Section 1,2,3 & 4) is being provided for your info use only at this time (No questions or comments). The PWS is estimated at 80% complete at this time, additional changes to the requirement and document will be made. We are aware that referenced pubs/regs need updating, and of formatting and paragraph number errors. Next estimated PWS posting 10 Jun 2010. *Bidders' Library Information document is part of preparation of building the library, no data documents have been posted at this time. The information is requested for market research and is not a solicitation announcement for proposals. Please provide requested comments and questions to: margaret.zerbach@elmendorf.af.mil ************************ 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 witha 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 EarecksonAir 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)
 
Place of Performance
Address: Eareckson Air Station, AK, King Salmon, AK, Wake Island, Northern Pacific, United States
 
Record
SN02679952-W 20120224/120222234304-4e07ee627580e84a3ebda320686c724c (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.