Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOURCES SOUGHT

R -- Installation Support Services (ISS) 2 For Geographically Separated Locations (GSLs) - (Amended) Industry Day/Site Visit Notice Information - (ISS) 2 Bidder's Library - Air Trans - (ISS) 2 Bidder's Library - Comm Electronics - (ISS) 2 Bidder's Library - POL (DLA Policy Interim Policy and Procedural Guidance) - (ISS) 2 Bidder's Library - Supply (Updates to Regs) - (ISS) 2 Bidder's Library - Air Trans (DTR Part I) - (ISS) 2 Bidder's Library - Services - (ISS) 2 Bidder's Library - Air Trans (DTR part IV) - (ISS) 2 Industry Day and Site Visit Notice - (ISS) 2 Bidder's Library - Vehicles - (ISS) 2 Information Package - (ISS) 2 Bidder's Library - POL (DoD 4140.25M) - (ISS) 2 Bidder's Library - Security - (ISS) 2 Bidder's Library - Air Trans (DTR part II) - (ISS) 2 Bidder's Library Pre-Notice - (ISS) 2 Bidder's Library - Aerospace Ground Equipment (AGE) - (ISS) 2 Bidder's Library - CES - (ISS) 2 Bidder's Library - Weather - (ISS) 2 Bidder's Library - POL - (ISS) 2 Bidder's Library - Air Field - (ISS) 2 Bidder's Library - Supply - Requestion for Information (RFI)Additional Questions #1

Notice Date
1/18/2017
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
AFICA - AFICA- PACAF
 
ZIP Code
00000
 
Solicitation Number
FA5215-17-R-9002
 
Point of Contact
Daniel Morphew, Phone: 907-552-5362, Kazzandra Dexter, Phone: 907-552-5601
 
E-Mail Address
daniel.morphew@us.af.mil, kazzandra.dexter@us.af.mil
(daniel.morphew@us.af.mil, kazzandra.dexter@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Information (RFI) Additional Questions #1 (ISS) 2 Bidder's Library Pre-Notice DRAFT - ISS2 PWS - DRAFT Company Information Chart Attachment 1 - Registration Form AWEC Directions Base Access Information Industry Day Site Visit Notice Attachment 6 - Questions for One-on-One Session Attachment 5 - Agenda Attachment 4 - AWEC Directions Attachment 3 - Base Access Information Attachment 2 - Site Arrival Notice Attachment 1 - Registration Form Industry Day Site Visit Notice This notice is a continuance of the previous ISS2 Sources Sought, FA5215-16-R-9001. All previous interested parties please resubmit the required paperwork for access approval. If there are any issues, or concerns, with access to this notice, please advise the POCs listed. INSTALLATION SUPPORT SERVICES (ISS) 2 FOR GEOGRAPHICALLY SEPARATED LOCATIONS (GSLs) Program Summary Title: Installation Support Services (ISS) 2 for Geographically Separated Locations Document Type: Sources Sought/Request for Information (RFI) PSC Code: S216 - Facilities Operations Support Services Anticipated Set Aside: Total Small Business Solicitation No.: FA5215-17-R-9002 Description GENERAL INFORMATION THIS ANNOUNCEMENT IS NOT A SOLICITATION AND IS BEING USED FOR THE PURPOSE OF MARKET ANALYSIS ONLY. This notice is being published in accordance with Federal Acquisition Regulations (FAR) Part 5.101 requiring dissemination of information for proposed contract actions and FAR 10.001(a)(2)(ii) which requires conducting market research before soliciting offers for acquisitions with an estimated value in excess of the simplified acquisition threshold. The Government is seeking industrys' input to determine the availability of qualified sources with the technical capability to fulfill the Installation Support Services requirement described below. No contract awards will be made from this notice and no solicitation is available on FBO or any other bulletin board, posting room, or clearinghouse at this time. In order to develop a sound acquisition strategy, early industry participation is highly encouraged; however, participation in this effort is strictly voluntary. All costs associated with responding to this RFI will be solely at the interested party's expense. The Government will not reimburse costs and will not be liable for any costs associated with responses to this RFI. Respondents will not be notified of the responses to this notice. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. All RFI responses will be used in whole or in part for determining the most effective acquisition strategy for future ISS acquisitions or similar requirements. Requested information will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. SECTION 1 - BACKGROUND 1.1 The government has a continuing requirement for Installation Support Services [and Interagency Support Services] at the following remote GSLs: 1) Eareckson Air Station (EAS), Shemya, Alaska; 2) Wake Island Airfield (WI), WI, US Territory; and 3) King Salmon Airport (KS), KS, Alaska. Under the current contract, EAS, WI, and KS fall under a consolidated contract. The Government is considering consolidating EAS, WI, and KS under a single requirement again, pending market research findings. Each location has independently unique functions requiring slightly different services. EAS serves as a radar and communication location and as a refueling and emergency divert location for military, civilian and US Coast Guard aircraft moving between North America and East Asia. WI supports troop and cargo movements transiting the Northern Pacific Air Bridge and serves as an emergency divert location for military, civilian and US Coast Guard aircraft. KS supports divert aircraft, textile barriers, and provides maintenance and repair of a Minimally Attended Radar (MAR) facility and aircraft hangar. 1.2 The following description of the requirement is intended to be a summary of the required services and is not intended to be all-inclusive. Airport operations required for this requirement include: airfield management, airfield installation monitoring and inspections, ground servicing of aircraft and static grounding/bonding, divert and emergency response operations, Bird Aircraft Strike Hazard (BASH) management, surface weather observers, and operation and maintenance (O&M) of taxiways and ramps. The contractor will also be responsible for operation and maintenance of Air Force infrastructures, roads, utility systems (e.g. power production, water treatment/distribution, and HVAC systems), vehicles, equipment, and real property installed equipment. Additional facility support services include: industrial security, fire protection and prevention services, environmental management, snow/ice removal, weather observations, logistic support, visitor support services (e.g. lodging, dining hall), mail service, and third party contractor support. 1.3 The ISS requirement is categorized by two distinct NAICS, which are 561210 "Facilities Support Services" and 488119 "Other Airport Operations." Description NAICS Small Business Size Standard Facilities Support Services 561210 $38.5M Other Airport Operations 488119 $32.5 In this requirement the core business conducted at the GSL's primarily revolve around the "Other Airport Operations" NAICS; however, in order to maintain airport operations in these remote site locations, a large facilities support services presence is required, which ultimately outweighs even the core mission. In terms of small business size standards, in accordance with 19.102(d), when acquiring a product or service that should be classified in two or more industries with different size standards, contracting officers shall apply the size standard for the industry accounting for the greatest percentage of the contract price. Considering the proportion of facilities support services required for this contract in comparison to airport operations, facilities support services is the most appropriate NAICS classification; however, understanding the significance Airport Operations play in accomplishing this requirement, interested parties must be capable of fulfilling NAICS 488119 for "Other Airport Operations," as well. 1.4 The current ISS contract was awarded on 22 Feb 2012 for a 6-month base period and (7) one-year option periods and will expire on 30 Sep 2020. The current contract was awarded as a Firm-Fixed-Price type contract. SECTION 2 - PURPOSE OF SOURCES SOUGHT The Government is seeking industry input from all sources to determine the best acquisition approach to obtain the combination of services described in Section 1 above. The intended outcome is to determine the commerciality, industry capability, and to develop acquisition strategy alternatives. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted using a small business set-aside or within any particular socioeconomic classification (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), 8(a) Business Development Program, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), etc.). SECTION 3 - SCOPE OF SERVICES See attached current Performance Work Statement (PWS). SECTION 4 - RESPONSE INSTRUCTIONS 4.1 Interested parties are asked to complete the Section 5 "Company Information Chart" using the format provided on the next page. Interested parties are also requested to submit a capabilities package (details in Section 4.3). Please limit the length of your capabilities document to no more than 3 pages and up to one attachment is permitted. Required format is single spaced (front and back) at 11 point font. We will only read 3 pages and an attachment if needed. Page size will be 8.5 x 11 inches. The Government will not accept company literature or marketing materials in response to this RFI. 4.2 Respondents shall provide an unclassified response to this notice. Information identified by a respondent as "Proprietary or Confidential" will not be disclosed outside of Government channels. If a respondent submits such information, respondent is responsible for clearly marking "proprietary" on every sheet containing such information and segregating proprietary information to the maximum extent practical from other portions of the response (e.g. use an attachment or exhibit). 4.3 All interested firms should submit a capabilities package that outlines the firm's experience, resources, and capabilities in providing the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 4.4. Submit your responses in electronic format to each of the POCs below: Mrs. Kazzandra Dexter, email: kazzandra.dexter@us.af.mil MSgt Daniel Morphew, email: daniel.morphew@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a5022a07e0a73caead965513d9263ec5)
 
Place of Performance
Address: 1) Eareckson Air Station(EAS), Shemya, Alaska; 2) Wake Island (WI), Northern Pacific; 3) King Salmon Air Station (KS), Alaska, United States
 
Record
SN04373539-W 20170120/170118233931-a5022a07e0a73caead965513d9263ec5 (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.