Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2004 FBO #1049
MODIFICATION

R -- Air Force Contract Augmentation Program (AFCAP)

Notice Date
10/8/2004
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
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
FA3002-04-R-0025
 
Point of Contact
Michael Forbis, Contracting Officer, Phone 210-652-3424, Fax 210-652-3445, - Renee Stenborg, Contracting Officer, Phone 210-652-5118, Fax 210-652-3445,
 
E-Mail Address
Michael.Forbis@randolph.af.mil, renee.stenborg@randolph.af.mil
 
Description
The Air Education and Training Command Contracting Squadron (AETC CONS) at Randolph AFB, TX, intends to award multiple contracts to provide worldwide civil engineer and services support for contingency operations. This contract is referred to as the Air Force Contract Augmentation Program (AFCAP). NOTE: This requirement was originally synopsize by the 325 CONS, Tyndall AFB, FL under Solicitation Number FA4819-04-R-4003 and has subsequently been reassigned to AETC CONS for acquisition action. All presolicitation activities conducted by Tyndall (Industry Day, etc) will be utilized to the fullest extend possible in the continuation of the acquisition. The Air Force Contract Augmentation Program (AFCAP) is intended to provides commanders and/or any Government entity worldwide, responsive, force multiplier option to augment or relieve base operating support (BOS) functions participating in a wide range of support focusing on temporary contingency skills and/or resources to sustain military forces participating in a wide spectrum of activities (e.g. disaster response, Global War on Terrorism, Military Operations Other Than War (MOOTW), humanitarian response, nation building, etc.), to include disaster recovery (natural disaster such as hurricane recovery) ranging from a geographical theater of operations all the way to Global-scale response in minimal time. Capabilities the contractor will be required to provide are planning and deployment support. Planning is expected to be available within the contractor?s program management team and other company resources and deployment capabilities are expected to be obtained as required for a site-specific requirements. The capabilities under this contract are intended to support the Air Force, any DoD component, any Governmental entity operating in support of missions which could include but are not limited to National Command Authority, joint or combined United States military forces acting as part of or in concert with United Nations (UN), North Atlantic Treaty Organization (NATO), multinational force, or other entities. Support can include a wide spectrum of response potentials to meet requirements within and outside the Continental United States. The principal effort of this contract will be to provide deployment capabilities generally aligned with Air Force combat support and combat service support functions associated with base operating support (BOS), to include (but not limited to) the ?Civil Engineer? and ?Services? career fields and to provide logistic support that reduces a dependence on scarce war reserve materiel stockpiles, fills manpower shortfalls, or provides OPSTEMPO relief. A partial list of skills typically required include: carpentry, plumbing, electrical, mechanical (e.g., refrigeration, air conditioning, heat, controls, etc.), heavy equipment, paint, power production, food service, lodging management, recreational services, housekeeping services, laundry plant operation, various utility plant operations (e.g., water, sewage, solid waste disposal, etc.), structural fire protection and fire crash rescue, unexploded ordnance (UXO) technician (e.g., clearing sub-scale practice bombs), emergency management, professional engineering, and project and program management. The proposed contract is expected to be a five (5) year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. Task orders will be issued against the contract as required. This proposal is solicited on an unrestricted basis under NAICS 56121. The draft RFP and Performance Work Statement (PWS) is expected to be posted for industry comment on or about 10 Aug 04 and a pre-solicitation conference on or about 8 Sep. All inquiries or comments are to be provided in writing to AETC CONS/LGCK, Attention: Renee Stenborg, 2021 First Street West, Randolph AFB, TX 78150-4302, fax (210) 652-3445 or via e-mail (Renee.Stenborg@Randolph.af.mil), phone 210-652-3424 or Michael Forbis (Michael.Forbis@Randolph.af.mil) phone (210) 652-3424.
 
Place of Performance
Address: World-Wide
 
Record
SN00691858-W 20041010/041009084903 (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.