Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2005 FBO #1444
SOURCES SOUGHT

V -- Vehicle Operations and Maintenance

Notice Date
11/7/2005
 
Notice Type
Sources Sought
 
NAICS
488490 — Other Support Activities for Road Transportation
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street Suite 113, Columbus AFB, MS, 39710-1006
 
ZIP Code
39710-1006
 
Solicitation Number
Vehops-SS
 
Response Due
1/1/2006
 
Archive Date
1/2/2006
 
Description
The 14th Contracting Squadron, Columbus AFB, MS is seeking information concerning the availability of capable contractors to provide Vehicle Operations and Maintenance services for 14th Flying Training Wing (FTW) at Columbus AFB, MS. This RFI is an attempt to locate SMALL DISABLED VETERAN OWNED ONLY, EXPERIENCED in vehicle operations and maintenance services that express interest in performing this requirement. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. The Air Force is only interested at this point in determining industry capability for the contemplated services. To this end, private sector industry is invited to submit experience, capability, and financial capability information demonstrating the capability to perform the requirements of the magnitude described below. Request responses are provided no later than 1 Jan 2006. The following information is requested: (a) Company name, address, point of contact and their telephone number and e-mail address; (b) Identify any recent contracts you have performed for a similar requirement, including contract numbers, dollar value, scope of services, and points of contact and their current phone numbers and/or email addresses; (c) Degree of experience in flight-line maintenance of aircraft identified in description; (d) Approximate annual gross revenue; (e) Any small business status (8(a), HUBZone, veteran-owned, women-owned, specifically interested in disabled veteran owned.); and (f) Any other information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this. Personnel and facility will have a secret clearance. Prospective Offerors must have the financial backing to defray mobilization and operating cost for approximately sixty (60) days. Internet and e-mail capabilities are a requirement. The planned NAICS (North American Industry Classification System) code is 488490, with a small business size standard of $6 million in annual gross receipts. Requirement (Note: The description herein is a summary of the required services and is not intended to be all-inclusive, a complete Statement of Work shall be provided upon request, this Statement of Work is in draft and is subject to change slightly for the new requirement). The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items or services necessary to perform the Vehicle Operations & Maintenance functions as defined in the SOW. The contractor shall perform to the standards in referenced directives or as established by Major Command (MAJCOM) unless this contract specifies otherwise. The contractor shall provide guidance and assistance to ensure Air Force vehicles are used efficiently and economically, while providing a quality customer service organization to meet customer requirements. The contractor shall ensure that vehicle usage complies with guidance and criteria contained in AFI 24-301. The contractor shall ensure that vehicle maintenance complies with guidance and criteria contained in AFMAN 24-307 and T.O. 36-1-191. The contractor shall inspect and clean all contractors assigned vehicles, and wax each vehicle quarterly or sooner as directed by the Functional Director/Quality Assurance Personnel (FD/QAP). The contractor shall pick up, deliver, clean and service commander?s vehicles as established by the FD/QAP. The contractor shall provide a dedicated replacement vehicle when inspecting, servicing, cleaning, and waxing commander?s vehicles. Commander?s vehicles that require inspecting, servicing, cleaning and waxing are provided in APPENDIX 13. The contractor shall operate, manage, and maintain the government furnished washing facility located inside the Vehicle Operations and Maintenance compound behind bldg 306, to include all supplies. When the washing facility is out of service, the contractor shall establish an alternate location for washing government vehicles. The contractor shall provide all supplies required for cleaning 14th FTW assigned vehicles. The contractor shall provide soaps, scrub brushes, degreasers, hoses, nozzles, buckets, air freshener, chamois cloths, paper towels, glass cleaner, tire shine products, rags, tar remover, hose reels, carpet cleaner and waxes. Workload estimates are provided in APPENDIX 2c. The contractor shall provide vehicle wrecker recovery service 24 hours per day, 7 days per week, to include holidays. The contractor shall provide for all vehicle recovery service in excess of government equipment capabilities. The contractor shall respond to wrecker recovery requests within 10 minutes of notification during normal duty hours. After normal duty hours, the contractor shall respond to wrecker recovery requests within 1 hour of notification. Workload estimates are provided in APPENDIX 2a. During vehicle dispatch hours of operation all transportation services shall be provided within 10 minutes of requested time. Transportation services include taxi, transient aircrew, You Drive It (UDI), bus, tractor/trailer, forklift, and wrecker operations. The contractor shall provide an on base taxi service and air crew support to and from commercial terminals or other off base locations where official business must be conducted is listed in APPENDIX 11. The contractor shall provide transportation support for home based air crews back to home base when aircraft are grounded for maintenance, or health problems preventing the aircrews from flying their aircraft to home station or for weather related problems that may require transportation back to home station. Workload estimates are provided in APPENDIX 2a. The contractor shall operate a flightline shuttle service to transport permanently assigned aircrews and passengers from the flying squadrons to the flightline. Two vehicles are required Monday thru Friday one-half hour prior to the start of flying until termination of flying and aircrews are returned to their squadron. Flightline shuttle may be required to run on weekends and holidays by the direction of the Functional Director/Quality Assurance Personnel (FD/QAP). The flightline shuttle service shall be provided as required to support the flying schedule, regardless of hours of operation. Workload estimates are provided APPENDIX 2a. The proposed performance period will be a one-year Basic Period with four pre-priced one-year Option Periods, for a total of five years. The proposed performance dates are Mobilization to begin 01 Sep 06, Transition to begin 01 Sep 06, Basic Period to run 01 Oct 06 through 30 Sep 07, with four option years following. The proposed contract type is Firm Fixed Price. Small Business (SB) Set-Aside Determination The Government reserves the right to decide whether or a not a certain SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to support their capability to perform these requirements.
 
Place of Performance
Address: Columbus AFB, MS,
Zip Code: 39710
Country: US
 
Record
SN00927939-W 20051109/051107211921 (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.