Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2005 FBO #1192
SOURCES SOUGHT

99 -- Operation, Maintenance and Support of Eleven Primary Training Ranges

Notice Date
2/28/2005
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
FA4890-05-R-0153
 
Response Due
3/21/2005
 
Archive Date
4/5/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Air Combat Command is planning to purchase non-personal services for the operation, maintenance and support of eleven (11) Primary Training Ranges (PTR) locations. The Electronic Combat Ranges (ECR) and Electronic Scoring Site (ESS) operation, maintenance and support (OM&S) effort includes performing facilities, ground maintenance (main compound and sites) and electronic operations/equipment maintenance on the following types of systems (TPQ-43 (Seek Score), VPQ-1 (TRTG), MST-T1A (MUTES), MST-T1(V) (Mini MUTES), MSR-T4 (TRAINS), GTR-18 (Smokey SAM), MPQ-T3 (AAA), MSQ-T43 (MTE), UPQ (RHAW Lite), SPS-66 (Nitnoy), Bird Detection Radar System, Joint Threat Emitters, UHF/VHF Communication Radios and Range Integration Instrumentation System (RIIS) to include RIIS shelters and Integrated Tactical Assessment Stations to take place at Belle Fourche ESSSD, Dare County ECR NC, Granite Peak ESS UT, Melrose ECR NM, Lonestar Pecos ESS TX, Poinsett ECR SC/Bulldog MOA ESS GA, RIIS Operations Center NV and Lonestar Snyder ESS TX. The Bombing and Gunnery (B&G) range OM&S effort includes performing facilities, ground maintenance (range complex and main compound), range control tower operations, range control officer duties (day, night/Night Vision Goggles), strafe pit and strafe berms, weapons scoring systems operations, maintenance and weapons safety footprints/database (M2, TOSS, WISS, LSTSS, LES-M RSSS, DA3H), night range and radio tower lighting, UHF/VHF Communication radios, target maintenance/construction (stationary, vertical and mobile), target vehicles preparation/demilitarization, range decontamination/clearance, GTR-18 (Smokey SAM), UPQ (RHAW Lite), housekeeping, communications/electronics, environmental, administrative, logistics, airfield operations, disaster preparedness to support aerial bombing and gunnery. Performance will take place at the following sites: Avon Park B&G Ranges-FL, Dare County B&G Range-NC, Holloman B&G Ranges-NM, Melrose B&G Range-NM, Poinsett B&G Ranges-SC and Mt. Home B&G/No-Drop Ranges-ID. A limited amount of equipment will be provided as government furnished property. Contractor should have the capability to provide maintenance vehicles and some heavy equipment. The period of performance will cover a one (1) year base period and four (4), one (1) year options. The phase-in period will be three (3) months beginning on 1 Jul 06, with a performance start date of 1 Oct 06. The applicable North American Industry Classification System (NAICS) code is 561210 with a threshold of $30 million. The PTR acquisition will be a total set-aside under the auspice of the Federal Acquisition Regulation (FAR) Part 19, Small Business Programs. In accordance with Part 19, there is a reasonable expectation that offers will be obtained from at least two responsible small business concerns and award will be made at fair market prices for a set-aside to be appropriate. This is not a formal Request for Proposal, and no contract will result from this synopsis. A draft RFP is likely to be issued in order to obtain industry comments on the requirement. All documents associated with this projected requirement will be made available only on the Electronic Posting System, FedBizOpps website at http://www.eps.gov. The Air Force requests the following information from potential offerors: (1) What is your company name, point of contact, mailing address, phone number, fax number and e-mail address? (2) What is your business classification (e.g., small business, small disadvantaged business, etc.)? (3) Are you interested in competing for this acquisition once/if the requirement becomes available on solicitation? (4) What type of corporate experience do you have that is similar to the type of work described above? (5) How many years of corporate experience does your firm have with requirements of this nature? (6) Of this experience, what has been the magnitude of the requirements? This information will be used only for market research purposes and will not be used as a part of proposal evaluation later. The Government anticipates site visits to the PTR ranges, dates to be determined. For planning purposes, please advise if you are interested in attending the site visits. Also, please identify in your correspondence if items should be protected from release outside the government due to proprietary and/or competitive restrictions. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Please send all questions and correspondence for this requirement to the below POC. Interested small businesses that are certified and qualified as a small business concern in NAICS code 561210 are encouraged to respond and submit their notification NLT COB 21 Mar 05 to: Karen Duncan, Contracting Officer, Phone 757-225-2027, Fax 757-764-9695, Email karen.duncan@langley.af.mil. The secondary point of contact is Linda Weis, Contract Manager, Phone 757-225-2731, Fax 757-764-9695, Email linda.weis@langley.af.mil.
 
Place of Performance
Address: Place of performance is included in the description paragraph above.
Country: USA
 
Record
SN00759473-W 20050302/050228211837 (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.