DOCUMENT
M -- Operations and Maintenance of King Salmon FOL, Alaska - Current King Salmon SOW
- Notice Date
- 8/5/2008
- Notice Type
- Current King Salmon SOW
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- FA5000-KingSalmon
- Archive Date
- 10/9/2008
- Point of Contact
- Della M Simmons,, Phone: 907-552-5669, Rebecca A Rhodes,, Phone: 907-552-5697
- E-Mail Address
-
della.simmons@elmendorf.af.mil, rebecca.rhodes@elmendorf.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought synopsis for written information from all parties, especially small and small disadvantaged firms, interested in the upcoming acquisition for operation and maintenance services at King Salmon Forwarding Operating Location (FOL), Alaska. The information is requested for market research and is not a solicitation announcement for proposals. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. There is no solicitation available at this time. Responses should focus on your firm’s technical and financial capability to provide technical and management services for the operation and maintenance of King Salmon FOL, as described below. You should address the contracting officer’s interest items on (i) Statement of Objectives (SOO) v. Performance Work Statement (PWS), and (ii) commercial practices. Standard publicity brochures are not particularly desired. Responses to this synopsis will be used for market research to determine under what, if any, set aside procedures this acquisition will be conducted. The contractor shall be responsible for operation and maintenance of Air Force facilities at King Salmon FOL, Alaska. Duties include (partial list) airfield management, operations, and maintenance; on-site management; environmental services; equipment and facilities repair; fire protection; power production; water treatment and distribution systems; heating systems; roads and grounds (incl. snow removal); fuels management; weather support; and visitor support services (lodging, food, etc.). The Government will probably issue the solicitation in the late fall of 2008, with award in the August - September 2009 time frame and with performance to begin on 1 October 2009. The current and previous contracts were set aside under the 8(a) competitive program, but the Government solicits capability statements and expressions of interest and intent from small businesses. Given the great complexity of the mission and the broad expertise required in addition to particular expertise in airfield management, please include information as to the size of your business and any planned teaming arrangement. Small business (including veteran-owned, service-disabled veteran-owned, HUBZone, disadvantaged, and women-owned, and other small businesses) are particularly invited to respond to express interest in submitting a proposal and to provide information as to their qualifications. The current contract was acquired with SIC 8744, Facilities Support Management Services. The corresponding NAICS is 561210, Facilities Support Services. The corresponding size standard is $23M (size standard will increase ot $35.5M as of 18 Aug 08. The current contract’s Performance Work Statement (PWS) is attached for industry comments. The contracting officer invites comments from industry as to whether using a SOO would encourage or discourage firms, especially small businesses, from submitting an offer. Under the SOO approach, the Government would issue a SOO as part of its solicitation. The SOO would broadly describe the top-level requirements allowing industry maximum flexibility to propose innovative and cost effective methods to meet those objectives. The previous acquisition for this requirement was not accomplished under FAR Part 12 because of the complexity and type of contract terms and conditions. However, responses to this synopsis will be used to assist the contracting officer to determine whether the upcoming acquisition can be accomplished under Part 12. Interested firms should submit information on their experience, capabilities, and resources to satisfactorily perform the mission as stated in the PWS. Capability statements of up to 15 pages in length may be submitted to the contracting officer, Della Simmons, 3CONS/LGCZ, 10480 22nd Street, Elmendorf AFB, AK 99506, and are requested by 24 September 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4fe22204f8f0a91f8e2452041a81b47c&tab=core&_cview=1)
- Document(s)
- Current King Salmon SOW
- File Name: Current King Salmon Operation and Maintenance Statement of Work (FA5000KingSalmon.pdf)
- Link: https://www.fbo.gov//utils/view?id=7150d9684e906ae6004989e83c432027
- Bytes: 598.59 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Current King Salmon Operation and Maintenance Statement of Work (FA5000KingSalmon.pdf)
- Place of Performance
- Address: King Salmon Forward Operating Location, Alaska, King Salmon, Alaska, 99613, United States
- Zip Code: 99613
- Zip Code: 99613
- Record
- SN01631086-W 20080807/080805221103-4fe22204f8f0a91f8e2452041a81b47c (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 |