Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2014 FBO #4719
SOURCES SOUGHT

J -- War Reserve Materiels (WRM - Attachment 3 - DD Form 254 (Draft - 24 Oct 14) - Attachment 1 - Market Research Questionnaire - Attachment 2 - Draft Performance Work Statement (PWS)

Notice Date
10/24/2014
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-15-R-0004
 
Point of Contact
Sheila R. Reshard-Bryant, Phone: 7572253369, Lisa T. Pena, Phone: 7572254525
 
E-Mail Address
sheila.reshardbryant@us.af.mil, lisa.pena.2@us.af.mil
(sheila.reshardbryant@us.af.mil, lisa.pena.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRL A0XX - Facility Manager Inspection (Draft - 24 Oct 14) CDRL A015 - Health and Safety Plan (Draft - 24 Oct 14) CDRL A014 - Spill Report (Draft - 24 Oct 14) CDRL A011 - Project Completion Report (Draft - 24 Oct 14) CDRL A010 - Test and Inspection Report (Draft - 24 Oct 14) CDRL A009 - Emergency Response Plan (Draft - 24 Oct 14) CDRL A008 - Environmental Protection Plan (Draft - 24 Oct 14) CDRL A007 - Pesticide Herbicide Report (Draft - 24 Oct 14) CDRL A001 - Facilities MCP (Draft - 24 Oct 14) CDRL List (Draft - 24 Oct 14) Appendix J - Government Furnished Facilities (Draft - 24 Oct 14) Appendix G - Level of Effort (Draft - 24 Oct 14) Appendix C - Publications and Forms (Draft - 24 Oct 14) Service Summary (Draft - 24 Oct 14) Performance Work Statement (Draft - 24 Oct 14) Market Research Questionnaire DD Form 254 Continuation Page (Draft - 24 Oct 14) DD Form 254 (Draft - 24 Oct 14) 1. THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This announcement closes 12:00 p.m. Eastern Time on Tuesday, 25 Nov 14. The Government is seeking industry input from all sources (small and large business) at this time. Small Business concerns are highly encouraged to respond to this request in order for the Government to determine if this acquisition should remain full and open competition or set aside for small businesses under the auspices of the Federal Acquisition Regulation (FAR) Part 19. The applicable North American Industry Classification System (NAICS) for this requirement is 561210 (Facilities Support Services) with a size standard of $35.5M. Interested parties must be registered under NAICS 561210 in SAM (System for Award Management) at www.sam.gov, formerly known as CCR (Central Contractor Registration). The Government plans to consider all information submitted in response to this Sources Sought notice. 2. The U. S. Air Force, Air Combat Command, Acquisition Management and Integration Center (ACC AMIC), Langley AFB VA, is in the process of determining the acquisition strategy to obtain non-personal services for the operation, maintenance and support of United States Air Forces Central Command (USAFCENT) War Reserve Materiel Program (WRM) and Exercise & Contingency Logistics Support at 6 storage and maintenance sites located in Kuwait, Sultanate of Oman, United Arab Emirates (UAE) and Qatar to maximize USAFCENT combat capability. The contractor may be tasked to open/close and/or support additional WRM sites within the USAFCENT AOR. 3. Pre-positioned equipment includes but is not limited to: Basic Expeditionary Airfield Resources (BEAR); medical; munitions; Tanks, Racks, Adapters, and Pylons (TRAP); Fuels Support Equipment (FSE); vehicles; Aerospace Ground Equipment (AGE); Sustainment Pavement Repair (SuPR) Kits; Mine-Resistant Ambush-Protected (MRAP) vehicles; war consumables; associated Mobility Readiness Spares Packages (MRSP); and Peacetime Operating Stocks (POS) at designated operating locations (OLs). Services also may require the operation of a supply stock control function and contractor liaison offices at Shaw AFB, SC. 4. The Government is contemplating a either a hybrid cost-plus-award fee or cost-plus- incentive fee type contract with both cost reimbursable and fixed priced line items to fulfill this requirement based on historical data and market research. However, a determination of contract type has not yet been made. For this requirement, the contractor shall be responsible for asset receipt, accountability, serviceability, storage, inspection and testing, maintenance, repair, outload, reconstitution, exercise and contingency logistics support as outlined in this PWS. The contractor shall also be responsible for the maintenance and repair (M&R) and minor construction of Government furnished facilities (GFF). The contractor shall maintain and repair Government furnished property (GFP). 5. Performance will consist of a 92 day Phase-In/Transition period, one (1) year base period with seven(7), pre-priced, one-year options. The Government anticipates making award on or about 1 Jun 16, with the Phase-In/Transition period from 29 Jun - 30 Sep 16 with contract performance to start 1 Oct 2016. The Request for Proposal (RFP) is expected to be released on or about 15 Apr 2016. Please note: This is an estimated posting timeframe and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website at www.fbo.gov for all subsequent postings. A draft Performance Work Statement (PWS) and draft DD 254 -- DoD Contract Security Classification Specification is posted in conjunction with this notice to provide the size, scope, and complexity of this requirement. 6. The predecessor WRM contract was awarded competitively to a large business. The Government is seeking industry input to determine if there are adequate small business concerns that are capable of performing the follow-on requirement. A determination regarding the set- aside status for this effort has not been made. 7. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. All interested parties should submit a capabilities package (please limit to no more than 10 pages total) outlining their key business abilities relevant to the performance of this requirement and addressing the questions found in Attachment 1. Please submit the requested information to this office by NLT the closing date and time (25 Nov 14, 12:00 p.m. Eastern Time) to Ms Sheila Reshard-Bryant at sheila.reshardbryant@us.af.mil or accamic.wrmrecomp@us.af.mil. Note for Small Business Concerns: Offerors responding to this notice as a small business concern must be registered in SAM under NAICS 561210. 8. The internet and e-mail shall be used as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation acknowledging receipt of information submitted. If you have difficulty in emailing your response and/or confirmation of receipt is not received, then you are encouraged to contact Ms Sheila Reshard-Bryant at (757)225-3369 or Ms Lisa Pena at (757) 225-4525. 9. Please include the following information about your organization in your response: Name of Organization Address Telephone Number Point(s) of Contact E-Mail Addresses Cage Code DUNS Number Size of Business: ________Small _________Large Business Size Status: SBA 8(a) Business Development Program Concern: _________ Historically Underutilized Business (HUB) Zone Concern Small Disadvantaged Business Concern: _________ Veteran-Owned Small Business Concern: _________ Service-Disabled Veteran-Owned Small Business Concern: _________ Women-Owned Business Concern: ___________ Economically Disadvantaged Women-Owned Small Business Concern:________ 10. Request that you submit the information requested above by e-mail, NLT the closing date and time (25 Nov 14, 12:00 p.m. Eastern Time). Information should be sent to the AMIC WRM Recompete Inbox at accamic.wrmrecomp@us.af.mil. Request that you use title "[Company Name] - Sources Sought" in the e-mail subject line. Other questions can be directed to lisa.pena.2@us.af.mil or the undersigned at sheila.reshardbryant@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-15-R-0004/listing.html)
 
Place of Performance
Address: War Reserve Materiel Program (WRM) and Exercise & Contingency Logistics Support at 6 storage and maintenance sites located in Kuwait, Sultanate of Oman, United Arab Emirates (UAE) and Qatar, United States
 
Record
SN03557947-W 20141026/141024233958-ce89b7aba2a3e17deef0488fda918abc (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.