Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
MODIFICATION

R -- Special Operations Assault Zone Support - Draft PWS

Notice Date
4/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-12-R-S015
 
Point of Contact
Janet Stinson, Phone: 5757842945, Ceara C. Corden, Phone: 5757844690
 
E-Mail Address
janet.stinson@cannon.af.mil, Ceara.Corden@cannon.af.mil
(janet.stinson@cannon.af.mil, Ceara.Corden@cannon.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This PWS is in coordination and subject to change. MEMORANDUM FOR POTENTIAL OFFERORS The original title has changed due to changes in the requirement. The Opposing Forces portion has been removed as the work is being converted to civil service. A revised DRAFT Performance Work Statement is attached. FROM: 27SOCONS/AFLT 110 East Sextant Ave, Bldg 600 Cannon AFB, NM 88103 SUBJECT: Sources Sought No. FA4855-12-R-S015 Special Operations Assault Zone Support (SOAZS) 1. GENERAL REQUIREMENTS OF POTENTIAL CONTRACT: 27SOCONS/AFLT at Cannon AFB, NM is seeking capable sources interested in a potential contract opportunity to provide the 27th Special Operations Wing (27SOW), 2nd Special Operations Support Squadron (2SOSS) with Special Operations Assault Zone Support. The primary Place of Performance is Cannon AFB, NM, United States. Services are routinely performed at Melrose Air Force Training Range, located approximately 20 miles from the base. The Contractor may be required to perform missions at other locations. 1.1 The contractor shall support local special operations flying squadrons, AFSOC-directed training and testing, unilateral aircrew training, AFSOC, Special Operations Command (SOCOM) and other authorized customers' training by providing support in areas/locations designated by the training mission or scenario. The contractor shall provide administration, management, supervision, personnel, personal protective equipment, and other services necessary to provide these services. 1.2 Traditional support includes Assault Landing Zone (LZ) and Drop Zone (DZ) control and surveying as well as Remotely Piloted Aircraft ground observation. Contractor must be capable of operating a wide range of specialized equipment and vehicles in the execution of all related activities. The Contractor will be required to work irregular hours under high stress conditions sometimes associated with emergency situations. 2. OBJECTIVE OF MARKET RESEARCH: This market research is conducted to assist in determining acquisition strategy for the subject procurement. Specifically, feedback is sought from industry in regards to commercial practices to obtaining the required services, as well as the capability of industry in providing the required services within our military environment. Contract type, commercial practices, and performance-based specifications are being considered in development of the solicitation. Your input will greatly assist in this development. A draft performance work statement (PWS) is being posted to this website (www.fbo.gov), and you are invited to review this document and provide feedback on the document itself, as well as to the below questions. 3. QUESTIONS: Please review the associated DRAFT Performance Work Statement (PWS) posted to this site and the following questions, and provide any input you would like considered as we formulate the acquisition. Please mark any information that you wish to be protected as "acquisition sensitive" or "proprietary." We expect to make further postings of draft documents (including a draft solicitation) in the coming weeks, in anticipation of issuing a final solicitation in the next few months. Your contribution is welcome throughout this process. 4. GENERAL a. Are services similar to our requirement typically performed utilizing standard, commercial regulations/standards? Do other commercial contracts include any industry-specific training, certification, or performance requirements that are in conflict with the referenced Air Force standards? Please note any major differences in the government's requirement and similar requirements found in the commercial marketplace. b. We anticipate a fixed-price type contract to cover the day to day support and a portion of the effort for travel, vehicle leases, equipment purchases, and other expenses procured on a cost-reimbursable basis. c. The anticipated NAICS code for this procurement is 561210, Facilities Support Services which has a small business threshold of $35.5 million. Provide any input regarding your capability as a small business to accomplish the work as a prime contractor, or any other information relative to setting aside the procurement for small business participation only. d. This requirement will include support for workload at multiple sites. The ranges are available for use by all DOD Agencies. Please identify any risks/concerns that you may have regarding industry's capability to provide a qualified workforce. e. Do you anticipate any problems with acquiring a trained workforce to support the level of effort described in the PWS? Provide any information/obstacles on commercial practices to train personnel and industry standards for certification. f. The proposed contract may be solicited on a streamlined best-value basis with technical factors and with Past Performance more important than price. Please identify any criteria you feel should be considered as part of the proposal evaluation criteria, as well as proposal page limitations that would be sufficient. 5. PERFORMANCE WORK STATEMENT - Draft a. What changes, if any, do you suggest we make to the draft PWS to allow for a more performance-based requirement? Please identify any portions of the draft PWS that, as written, are too restrictive or prohibit the flexibility to perform according to your established practices. b. Identify any particular requirements that will drive up costs and/or risks to performance in meeting our mission. c. Do the referenced mandatory Air Force instructions and other publications conflict with established commercial practices? Provide any comments you may have as to standard commercial practices for procuring similar services in the commercial marketplace. d. Please provide any comments you may have regarding the estimated workload as shown in the draft PWS. Identify any limitations to fixed-pricing of the effort. e. Identify any components of the PWS that conflict with the quality assurance provisions that are part of your normal, established practices. What would you consider to be key critical performance measurements and minimum standards to be met? 6. INDUSTRY PRACTICES a. Are there industry standards, instructions or procedures that would meet AF needs or replace Government directives that are listed in the PWS? b. What is the industry standard for quality surveillance and document submittals? c. What industry standards exist for performance metrics for this type effort? 7. CAPABILITIES a. What is your past experience with this type of training support on and off range during active operations? b. What contracts have you previously worked on that are similar in scope to the SOGATS contract? c. Have you accomplished a contract transition in similar locations with limited labor pools? d. What staffing/management resources do you have available to support this contract? e. Do you plan to subcontract any of the work? f. What experience level (minimum requirements) will you seek for key personnel and required qualification? PM, QC. 8. BRIEFS. At a minimum interested parties are invited to provide a Capability Brief including recent and relevant past or present performance. Please provide examples of experience on projects from Department of Defense, State and Local agencies that are similar in scope. Provide description, dollar value and government activity (i.e., West Point, City of New York, etc.). Describe the skillsets and job descriptions utilized in previous performance. A. Cover Sheet - 1 Page • Company/Institute Name, DUNS and CAGE code • Mailing Address • Point of Contact (to include phone/fax and e-mail). Include website, if applicable. • Size of Business and Small Business classification, ie small disadvantaged, woman-owned small, HUB-Zone, 8(a) certified business concern, service disabled veteran owned, or etc. • Key teaming or partnering arrangements B. Degree of experience/capability - 5 Pages Briefly describe how your company can satisfy the requirements described above and your associated technical capabilities in 5 pages (one-sided, 12 pitch, Times New Roman) or less. C. Past and Present Performance - 5 Pages (including any completed reference forms. 9. This information will only be used for market research purposes and will not be used for proposal evaluation later. Information will be used solely to formulate acquisition strategy and development of the solicitation. Feedback is welcome at any time, although we request responses to the above information by no later than 4:30 p.m. MDT on 13 April 2012 in order to fully consider information prior to resulting solicitation. All communications shall be in writing referencing FA4855-12-R-0015 and shall be electronically submitted using (compatible) Microsoft Word 2003 (or above). DO NOT MAIL. If you have any questions regarding this matter, please contact Primary: SrA Ceara Corden, ceara.corden@cannon.af.mil or Alternate: Janet E Stinson, Janet.Stinson@cannon.af.mil. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-02-16 13:29:29">Feb 16, 2012 1:29 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-04-04 12:15:05">Apr 04, 2012 12:15 pm Track Changes NOTE: The title of this procurement has changed. In the future it will be referred to as Special Operations Assault Zone Support (SOAZS) The ground (OPFOR) support has been removed as it will transition to civil service positions. Thank you for your contributions to the original sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-12-R-S015/listing.html)
 
Place of Performance
Address: Cannon Air Force Base, New Mexico and Melrose Air Force Range, New Mexico, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN02714136-W 20120406/120404235644-5d28884fd1a9cdc06ba870f0e7e5cc48 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.