Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOURCES SOUGHT

R -- Sources Sought for Avon Park Air Force Range Florida, Base Operations and Support Services.

Notice Date
9/10/2007
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA4814-09-APAFR-BOS
 
Response Due
9/24/2007
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for planning purposes only to identify interested vendors for the requirement detailed below. A formal Solicitation, with Performance Work Statements or Technical Exhibits is not available for review at this time. Information obtained from this sources sought notice may result in a future formal Request for Proposal. Please refer to this notice as FA4814-09-APAFR-BOS_Sources_Sought. The applicable NAICS Code for this solicitation is 561210, Facilities Support Services. The Small Business Size Standard is $32,500,000.00. The 6th Contracting Squadron, is currently seeking potential contractor sources for Indefinite-Delivery, Indefinite-Quantity (IDIQ) firm fixed-price (FFP) contract consisting of a twelve (12) month base period and four (4) one-year option periods. The work will support AVON PARK AIR FORCE RANGE (Operating Location Alpha, Detachment One, 23rd Air Combat Wing), which is located approximately 100 miles East-Southeast of Tampa Florida. The property consists of 106,000 acres and is collocated with Avon Park Correctional Institute and Avon Park Youth Academy. The range consists of a main cantonment area and five air to ground target complexes that provide DoD and Allied operators a full spectrum training facility focused on air-ground operations. The contractor is expected to provide all personnel, equipment, tools and materials, except those provided by the Government, to accomplish the following main functions: Range Operations; Target Construction/Maintenance/Replacement; Civil Engineering Operations; Roads and Grounds Maintenance; Infrastructure Maintenance; Preventive Maintenance of Real Property Installed Equipment; Refuse Collection; Custodial Services; Administrative Support; Supply and Fuels Support; Communications Support (Local Area Network, Land Mobile Radios, Desktop Computers); Transportation Services; Environmental Program Support; Hazardous Waste Management. DUTIES PERFORMED BY OTHERS (Federal or Contract Employees: Mission Planning and Consultation; Range and Airfield Control; Fire Protection (Structural, Air Field and Rangeland); Environmental Engineering; Government Financial/Budget Management; Operations of Waste Water and Water Treatment Facilities; Overhead and Underground PRIMARY Electrical Distribution System; Air Field Operations; Bird Air Strike Hazard Program; Security. This is not a request for proposals and no solicitation is available at this time. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Please provide a capability statement which must address all requirements stated herein: 1) Technical qualifications of business to provide requested services; 2) Evidence of any certifications and licenses related to any of the above services required; 3) Evidence of the offeror?s business status (Large or Small Business), in addition to any other Small Business status (8(a), Service Disabled Veteran Owned, Veteran Owned, HUBZone, Woman-owned, etc.) 4) Teaming arrangements or partnerships that provide specialized expertise; 5) Offeror?s point of contact information, address, Cage Code, Dunn and Bradstreet Number, and any other information that will prove the offeror capable of performing the required effort. Responses, in their entirety, shall not exceed two pages in length. Any information submitted by respondents to this Sources Sought is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought. IMPORTANT: The Government requests interested offeror?s submit one (1) copy of their capability response no later than 4:00 p.m., Eastern Standard Time, on 24 Sept 2007 to the following address: 6th Contracting Squadron, Attn: Vincent Pitts, OL A, Detachment 1, 23 WG, 29 South Boulevard, Avon Park Air Force Range, FL 33825-9381, or electronic submittals in MS Word or Adobe Acrobat format addressed to Vincent.pitts@macdill.af.mil not later than 4:00 p.m., Eastern Standard Time, 24 Sept 2007. Please direct any questions on this announcement to Vincent Pitts, 813.828.7139, or to the afore mentioned email address.
 
Place of Performance
Address: Operation Location Alpha,, Det 1,, 29 South Blvd,, Avon Park Air Force Range, Florida
Zip Code: 33825-9381
Country: UNITED STATES
 
Record
SN01401043-W 20070912/070910221057 (fbodaily.com)
 
Source
FedBizOpps 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.