Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2003 FBO #0471
SOURCES SOUGHT

J -- Aircraft Life Support Services for Columbus Air Force Base, Mississippi

Notice Date
3/14/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
F41689-03-R-0016
 
Point of Contact
Linda Byerly, Contracting Officer, Phone 210-652-5188, Fax null,
 
E-Mail Address
linda.byerly@randolph.af.mil
 
Description
AIRCRAFT LIFE SUPPORT SERVICES FOR COLUMBUS AFB, MS Organization: AETC Contracting Squadron, Randolph AFB, TX Procurement Phase: Synopsis ? Small Business (SB) Sources Sought Requirement. The Air Force is attempting to determine if capable and willing small business contractors are available to provide Life Support services for the 14th Flying Training Wing (FTW) at Columbus AFB, MS. The solicitation will be conducted as a cost comparison study under the OMB Circular A-76 guidelines and AFI 38-203, 19 Jul 01. (The Scope below is a summary of the required services but is not intended to be all inclusive). SCOPE: a. The service provider shall requisition, size, fit, issue, control, maintain, inspect and repair all assigned aircrew life support equipment and associated training equipment. b. The service provider shall provide and oversee the Wing Life Support Program. c. The service provider shall prepare, coordinate, schedule, conduct, monitor and manage all Aircrew Life Support and Code of Conduct Continuation Training for the wing. d. Life Support Section Supervisors education and work experience level shall be equal to 1T171 AFSC (Air Force Specialty Code) and he/she must have completed the 1T171 CDC (Career Development Course) and J3ACR1T171, Aircrew Life Support Craftsman Course (or Aircrew Life Support Supervisors Course). e. The service provider shall provide only properly trained, qualified and certified Life Support technicians. Personnel who perform Life Support duties must have at least one (1) year of recent (within past 3 years) experience on T-37, T-38, or T-1A life support equipment which shall be documented in personnel and/or training records. f. The service provider is responsible for the entire Life Support Program. The contractor shall establish and maintain a complete Quality Control Program suitable to the requirements of the contract as specified. The Estimated Period of Performance: Basic Contract Period of 1 Apr 05 ? 30 Sep 05, with a possible four one-year option periods. The final option year, if exercised, would be 1 Oct 10 ? 30 Sep 09. Small Business (SB) Set-Aside. The Government reserves the right to decide whether or a not a SB set-aside based is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is requested that SB concerns provide sufficient written information supporting their capability to perform. This information should as a minimum include (a) company name, address, point of contact and their telephone number and e-mail address; (b) approximate annual gross revenue; (c) small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); (d) experience providing life support services, and pertinent past and current contracts with references and points of contact; (e) comments indicating whether or not they would be likely to submit a proposal if a formal solicitation is forthcoming. The planned NAICS (North American Industry Classification System) code is 488190 with a business size standard of $6 million. All required information should be provided via e-mail by 31 Mar 2003. Additional Information: Point(s) of Contact: Linda Byerly, Contracting Officer, Linda.Byerly@randolph.af.mil, 210-652-5188, fax 210-652-3445, or Renee Stenborg, Renee.Stenborg@randolph.af.mil, 210-652-5188, fax 210-652-3445. E-mail responses to this RFI are much preferred, and please send email replies to both Ms. Byerly and Ms. Stenborg. However, U.S. mailed responses to this RFI may be sent to the attention of Ms. Linda Byerly, AETC Contracting Squadron/LGCK, 2021 First Street West, Randolph AFB TX 78150-4302. Future information on this acquisition (SB set-aside determination, draft Statement of Work, Request for Proposal, etc.) will be posted at the http://www.fedbizopps.gov website. It is the responsibility of the perspective offeror to check this site regularly for any changes.
 
Place of Performance
Address: Columbus Air Force Base, Mississippi
Zip Code: 39710
Country: USA
 
Record
SN00279765-W 20030316/030315001234 (fbodaily.com)
 
Source
FedBizOpps.gov 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.