Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOLICITATION NOTICE

R -- Unit Support Services (USS2) - Solicitation - FA4830-17-R-S001, Unit Support Svs II 12212016

Notice Date
12/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-17-R-S001
 
Point of Contact
Victor T. Houston, Phone: 229-257-1502, 23d Contracting, Services Flight Org Box, Phone: 229-257-4722
 
E-Mail Address
victor.houston.1@us.af.mil, 23CONS.LGCB@us.af.mil
(victor.houston.1@us.af.mil, 23CONS.LGCB@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attachment 13 - Wage Determination# 2012-0040, Rev 8 Attachment 12 - DD 254 Attachment 11 - SF LLL Attachment 10 - Insurance Certificate Attachment 9 - Pricing Schedule Attachment 8 - Contractor Information Attachment 7 - Reserved for Essential Svs Plan Attachment 6, PWS - 23 FG, UDM (2) Attachment 5, PWS - 23 FG, COS (1) Attachment 4, PWS - 347 OSS Attachment 3, PWS - 71 RQS Attachment 2, PWS - 41 RQS Attachment 1, PWS - 38 RQS FA4830-17-R-S001, Request For Proposal (RFQ) Unit Support Services Moody Air Force Base, GA. intends to issue a solicitation for non-personal services for all management, personnel, equipment, tools, materials, supervision, labor, and other items and services necessary to provide 14 personnel support positions in accordance with all local, state of Georgia, and Federal laws. The selected/awarded Contractor shall provide five (5) personnel to act as the Mobility or Unit Deployment Managers (MDM or UDM) whom will ensure squadron personnel meet world-wide mobility training and records requirements to include individual security clearances, Law of Armed Conflict (LOAC) training, Ability To Survive and Operate (ATSO), weapons qualifications, immunizations, force protection, information assurance, and provide quarterly status reports to the squadron commander. The MDM/UDM will be responsible for the management and monitoring of all aspects of unit mobility requirements. The selected/awarded Contractor shall provide five (5) personnel to act as the Current Operations Schedulers (COS) whom will schedule, manage, and track all aspects of the units' annual Flying Hour Program (FHP). The COS will perform duties including, but is not limited to the following: manage the unit's annual flying hour program (FHP); coordinate sortie customer requirements; schedule necessary air and ground resources; ensure aircraft diplomatic clearances are obtained; input flight-related information into scheduling databases and archives; and attend all required meetings related to these functions. The COS will be responsible for the management, tracking and monitoring of all aspects of the unit scheduling requirements. The selected/awarded Contractor shall provide one (1) person to act as the Vehicle Control Manager (VCM) whom will manage the unit's vehicle program to include General Service Administration (GSA) contract vehicles, military vehicles, all-terrain vehicles (ATV), and low-speed vehicles (LSV). Vehicle manager will also be the focal point for issue and return of vehicles and will develop a Vehicle Accountability Database or spreadsheet to track vehicle utilization. The VCM will be responsible for the management, tracking and monitoring of all aspects of the unit vehicle control program. The selected/awarded Contractor shall provide one (1) person to act as the Supply Manager (SM) whom will manage the unit's supply program and ensure the program meets the needs of the individual requirements. Duties will include researching and inventory of various individual/team personnel recovery equipment, maintaining an individual equipment issue computer database, providing reports on equipment status and on-going orders. The SM will also issue and receive individual/team equipment. The SM will be responsible for the management and monitoring of all aspects of the unit supply program. The selected/awarded Contractor shall provide two (2) personnel to act as the Federal Aviator Administration (FAA) Rigger. FAA Rigger shall monitor equipment schedule, inspect, repair and repack all aspects of the unit's daily and weekly schedule. FAA Rigger is responsible for the overall decision making and problem solving with minimal guidance from the advisor. FAA Rigger plans and carries out the work, resolves conflicts that arise, coordinates the work with members of the unit, and interprets policy on own initiative in accordance with AFI 11-301. Keeps squadron leadership verbally informed of progress and potentially controversial matters. Completed tasks is reviewed from an overall standpoint in terms of quality assurance, feasibility, compatibility with other work, or effectiveness in meeting requirements or expected results. FAA Rigger will train Aircrew Flight Equipment (AFE) personnel on parachute maintenance and inspections in accordance with the 1P0XI Career Field Education and Training Plan (CFETP). The FAA Rigger shall be certified as a "FAA Master Rigger with chest and back style parachutes. Please see attached Performance Work Statements (PWS) for more specification of the work to be performed. The intial solicitation number for this acquisition was FA4830-16-R-0008, however, the solicitation number is now FA4830-17-R-S001; it will be issued as a Request for Proposal (RFP). This solicitation will be set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns with a $38.5 million Small Business Size Standard. The solicitation will be issued on or about 21 December 2016. Performance is to begin on 1 February 2017 with a one (1) year base and four (4) one (1) year options. The primary North American Industry Classification System code is 561210. The Federal Supply Classification code is R408. This solicitation is a competitive RFP and award will be based on commercial procedures found in the Federal Acquisition Regulation (FAR) Part 12. Award will be made to the lowest price technically acceptable (LPTA) in accordance with FAR Part 15. The evaluation factors will be price, technical and past performance. The evaluation factors will be outlined in the RFP when posted. The solicitation will be available to view and download on the Federal Business Opportunity website ( www.fedbizopps.gov ). PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All prospective offerors are responsible to visit the web page frequently and obtain the solicitation, any amendments and/or other information pertaining to this solicitation. No telephone calls or written requests for this solicitation package will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-17-R-S001/listing.html)
 
Place of Performance
Address: Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN04357188-W 20161223/161221234345-e1b3139933049eec256eb4efe9d3540d (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.