Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
MODIFICATION

C -- Hill AFB A&E IDIQ - Request for Information

Notice Date
4/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
 
ZIP Code
84056-5805
 
Solicitation Number
FA8201-12-R-0026
 
Point of Contact
Ashton R. Jones, Phone: 8017752216, Blake Gibson, Phone: 801-777-8403
 
E-Mail Address
ashton.jones@hill.af.mil, blake.gibson@hill.af.mil
(ashton.jones@hill.af.mil, blake.gibson@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information: Document Type: Request for Information Release Date: 28 March 2012 Response Date: 12 April 2012 at 4:00pm Mountain Standard Time to SSgt Ashton Jones Set-Aside Type: No set-aside (Full & Open) - This acquisition was previously small business but after the conclusion of the sources sought this set-aside changed to full and open competition. Contracting Office Address: 6038 Aspen Ave, Bldg 1289 NE Hill AFB, UT 84056 NOTE: No pricing is to be submitted and price is not a factor for award at any point in the acquisition process. The AF is asking for clarification on the categories of the rates NOT the individual firm's pricing for the rates/fees. Specifically if Civil should be grouped with Landscaping, and if it is commercially acceptable to use a bundled rate category for submission costs or if it should be broken down. Description- Scope: This is a Request for Information to identify rate categories for A&E services and to receive feedback on a variety of previous Statements of Work (SOW). Services will include Title I, Title II, and Title III A&E services of all categories for base support. To include but not limited to mechanical, structural, electrical, civil, and geodetic testing etc. Also looking to identify the submission cost categories and simplify. At no point will pricing be asked for and no pricing will be accepted. Only categories of rates should be critiqued or commmented on. This request is for information and planning purposes only. This request shall not be construed as a solicitation or as an obligation on the part of the United States Air Force (USAF) for any future solicitation. No official solicitation exists; therefore, please do not request a copy of a solicitation. If in the future an official solicitation is released, there is no guarantee that sources responding to this will be included on the source list. The USAF makes no implied or in fact contract by issuing this RFI. Acknowledgement of receipt of responses may not be made. Respondents will not be notified of the USAF's view of the information received. Do not send any material that requires a non-disclosure agreement or that may be business sensitive. Responses received that include a non-disclosure agreement or identify information that is business sensitive will not be accepted. IAW FAR Part 10, Market Research, the results of this RFI will be used to: A) Determine current commercial practices and rate categories to ensure the Government is moving forward with the market. B) Determine Risk of acquisition and any government discrepancies in the materials. C) Identify any additional requirements of any laws and regulations unique to A&E services not covered by the submitted materials. Responses Required: Responses shall be limited to four pages including all attachments. Each of the following items should be addressed but all input is welcome. Please clearly mark any data that is proprietary with an explanation why it is considered proprietary. The Government is not obligated to protect unmarked materials or data. 1) Are the categories listed in the wage/fee sheet acceptable for current practice? 2) Are any rate/fee categories missing or should any rate/fee categories be clarified? 3) Are the reproduction rate categories acceptable or should they be broken down further? These were previously in five categories and the decision was made to keep it simple. 4) Is the general IDIQ SOW complete or should additions/clarifications be made? 5) Are the references to external attachments specific enough or should any additional references be added? 6) Any additional comments on the wages/fees and statement of work should be made. All suggestions and comments will be considered prior to pre-solicitation/solicitation. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Contract POC's: SSgt Ashton Jones - 801-775-2216 - ashton.jones@hill.af.mil Mr. Blake Gibson - 801-777-8403 - blake.gibson@hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8201-12-R-0026/listing.html)
 
Place of Performance
Address: Hill AFB, Utah Test and Training Range (UTTR), and Little Mountain Test Annex, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02714922-W 20120407/120405235345-a02f4077cb654b32ee832a509d77a760 (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.