Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2005 FBO #1445
MODIFICATION

J -- CONTRACT FIELD TEAM

Notice Date
11/8/2005
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA810406R0026
 
Archive Date
12/31/2008
 
Point of Contact
Brandi Priddy, Contract Negotiator, Phone null, Fax null, - Jeff Frederick, Contracting Officer, Phone 405-739-4297, Fax 405-739-4417,
 
E-Mail Address
brandi.priddy@tinker.af.mil, jeff.frederick@tinker.af.mil
 
Description
Request For Information FA8104-06-R-0026 Small Business Participation 1. Description: Provide Contractor Field Team (CFT) services to support the United States Air Force and other DoD and Government agencies. Contract Field Teams are a mobile work force used to supplement organic and contractor fixed facilities. These teams accomplish modification/maintenance/repair on weapons systems and support equipment at operational government installations both within the Continental United States and overseas. The work is accomplished on various DoD and Government weapons systems and support equipment. The solicitation contemplates the award of between three and five contracts with time and materials contract line items and potentially firm-fixed price contract line items as well. Any contracts resulting from this solicitation shall be evaluated using source selection procedures set forth is AFFARs 5315.3. The anticipated date for release of the draft RFP is 26 Jan 2006, followed by an Industry day on approximately 13 Feb 2006, followed by issuance of the formal RFP on approximately 20 Mar 2006. These dates are tentative only. The estimated date of contract award is 22 Dec 2006. The contract will be an IDIQ, with a minimum of one task order and with no maximum. Length of contract is anticipated to be ten years total, with a two-year basic and 4 two-year options. The estimated dollar value of the contract will be between $10-15 Billion. All responsible sources may submit a bid, proposal, or quotation which shall be considered. Any synopses, RFPs, amendments, etc. will be provided through the GPE at http://www.fedbizopps.gov. Potential contractors must be prepared to comply with a vast variety of requirements not ordinarily experienced, including security, hazardous duty areas, immediate responsiveness to unusual needs, and adhere to demanding schedules. For more information regarding Contract Field Teams, reference Air Force Material Command Instruction 21-141, 05 Aug 2005. 2. A partial small business set-aside is being contemplated. However, market research must be performed in order to determine if small businesses have the capabilities necessary to perform CFT work. This RFI does not in any way ensure this requirement will be partially set-aside, and the government retains its right to either set-aside all, a portion, or none of the requirement at the discretion of the contracting officer(s). 3. Background: The current contracts contain both Time and Materials and Firm-Fixed CLINs; however, virtually all of the CFT work falls under the Time and Materials CLINs. When a requirement generates, task orders will be competed in accordance with AFMCI 21-141. 4. Due to the complexity of the CFT effort, if a partial small business set aside became a part of the CFT concept, some limitations would more than likely become a part of the set-aside methodology. For example, requirements set aside for small business might be limited to a certain dollar value, to CONUS work only, to a certain type of maintenance (vehicle maintenance for example), to certain geographic locations, a combination of these or another discriminator entirely. One purpose of this request for information is to determine the capabilities of small businesses in relation to CFT, and what limitations, if any, would be appropriate. 5. Some considerations small businesses should contemplate before considering proposing against the upcoming CFT solicitation: a. CFT teams currently range anywhere from 5-1000 person teams. b. CFT teams often go TDY to both CONUS and OCONUS locations at short notice. (approximately a 24-48 hour turn-time.) c. Historically, CFT contractors have experienced a time delay of up to 2 weeks between invoicing and payment. This delay has caused CFT contractors to carry thousands of dollars of debt while awaiting payment. d. Some CFT teams are located at overseas locations, including some hazardous areas such as Iraq, Southwest Asia, etc. e. Once a delivery order is placed for a CFT team, a contractor may have as little as 24-48 hours to have a team in place. f. Currently, the CFT contract uses the following 10 skills recognized by the Department of Labor: Inspector, Mechanic, Maintenance Electronics Technician III, Painter, Worker, Servicer, Helper, Stock Clerk, Supply Technician, and Production Control Clerk. CFT contractors are required to form teams of various sizes with these skill sets as well as additional specialty skills as necessary for a wide variety of maintenance activities. g. CFT contractors are often required to purchase Contractor Acquired Property (CAP) and/or Contractor Acquired Services (CAS) in performance of the contract. h. Due to the complexity of CFT work, CFT contractors should have an accounting system capable of adequately tracking timekeeping, invoices, costs accrued, etc. down to the CLIN level on each order at numerous sites. 6. An industry day for the purpose of performing market research is planned for 21 Nov 2005 at the Reed Center 5800 Will Rogers Parkway (I-40 & Sooner Exit), Midwest City, OK. A map is attached. The conference will begin at 8:00 a.m. and will end by approximately 1:00 p.m. Please e-mail Brandi Priddy or Jeff Frederick using the information below with your company name and number of attendees no later than 4:00 p.m. Central Standard Time on 18 Nov 2005 if you plan to attend. Please note that this is separate from the industry day tentatively planned for 13 Feb 2006 for the purpose of solicitation feedback. Submit any questions regarding participation for the CFT effort in writing only no later than 4:00 p.m. Central Standard Time 15 Nov 2005 to: Brandi Priddy/Jeff Frederick 448 CSW/PKM 3001 Staff Drive Ste 2AG1 109H Tinker AFB, 73145-3045 Brandi.Priddy@tinker.af.mil Jeff.Frederick@tinker.af.mil All questions submitted in writing to the above addresses via U.S. mail or e-mail by the time stated will be addressed at the conference. 7. After the conference, any small businesses wishing to propose on the upcoming CFT solicitation are requested to submit their answers to the questions below, and if desired, a description of the small business?s capabilities in relation to the CFT contract(s) to the address listed above (either by e-mail or U.S. mail) no later than 4:00 p.m. Central Standard Time, 30 Nov 2005. The description of capabilities, if submitted, shall be limited to no more than 15 pages in length, with a font size no smaller than 10 point. Your answers to the questions below shall be limited to no more than 3 pages in length, with a font size no smaller than 10 point. The answers to these questions and the descriptions will help aid the contracting officer(s) in the determination of what portion of CFT, if any, to partially set aside for small business. However, this RFI does not in any way ensure this requirement will be partially set-aside, and the government retains its right to either set-aside all, a portion, or none of the requirement at the discretion of the contracting officer(s). 8. QUESTIONS: 1. What terms, conditions, and limitations would need to be included in a partial set-aside in order for your small business to participate in the CFT program? 2. Based on the work described in paragraph number one, what is the scope and type of work you think would be within your small business?s capabilities if it was set-aside for small businesses? 3. Based on your answer to question number one, how would your small business obtain the financing you estimate will be needed to perform work potentially set-aside for small businesses? 4. How would your small business address the hiring of experienced personnel needed to meet CFT manning needs? 5. How would your small business meet the needs of moving teams overseas within 24-48 hour notice? 6. Based on the work described in paragraph one, are there any areas of CFT you feel your small business could not address that should be excluded from any potential partial set-aside? 7. The government is anticipating a 10-year IDIQ contract: a 2-year basic with four 2-year options. As CFT work has historically been virtually entirely Time and Materials, contractors must be able to project the burdens and profit contained in their billing rates for the next ten years. Can your small business accurately project these costs for the next ten years? What are your concerns regarding this period of performance 8. How would your small business plan to perform in an OCONUS environment, including but not limited to: international law, treaties, agreements, security requirements, and potentially hazardous duty areas?
 
Place of Performance
Address: VARIOUS LOCATIONS THROUGHOUT THE CONTINENTAL UNITED STATES AND OVERSEAS
 
Record
SN00928718-W 20051110/051108212548 (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.