SOLICITATION NOTICE
J -- TYNDALL AFB, AIRCRAFT MAINTENANCE SUPPORT SERVICES
- Notice Date
- 10/2/2008
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
- ZIP Code
- 78150-4302
- Solicitation Number
- FA3002-08-R-0024
- Response Due
- 5/8/2008 3:00:00 PM
- Point of Contact
- Brian Elliott,, Phone: 2106524856, Ms. Chantel Smith,, Phone: 2106527826
- E-Mail Address
-
brian.elliott@randolph.af.mil, chantel.smith@randolph.af.mil
- Small Business Set-Aside
- N/A
- Description
- The Air Education and Training Command (AETC) Contracting Squadron is seeking information concerning the availability of capable contractors to provide non-personal services for Aircraft Maintenance Support Services at Tyndall AFB FL for the period of 1 Oct 09 through 30 Sep 10 (30 day mobilization scheduled 01 Aug through 30 Sep 09) with up to five 1-year options. This is a recompetition. This RFI is an attempt to locate businesses experienced in Aircraft Maintenance services that express interest in performing these requirements. 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. Any formal solicitation will be announced separately. The Air Force is only interested at this point in identifying interested and capable contractors for this service. The tentative solicitation issue date is 13 Sep 08, however this date is subject to change. The Government will award one contract. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB TX. Contact with Government personnel by potential offerors or their employees regarding this project is prohibited. The Contracting Officer, Ms. Juanita Cormier, will post all information regarding this solicitation as soon as it becomes available. Comments and information on the following are requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of this requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as “Prime Contractor”, indicate the functions for which you would use subcontractors; (6) If you indicated your role as “Prime Contractor”, provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your roll will be a “Subcontractor”, indicate which functional areas your company has capability to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale; (12) Please provide your firm’s experience in working with and negotiating CBAs on behalf of the Government. The employees under the current contract are covered by a Collective Bargaining Agreement (CBA); and (13) Please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Tyndall AFB. Request responses be provided no later than 8 May 2008. The Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition. The planned North American Industry Classification System (NAICS) code is 488190 (Other Support Activities for Air Transportation), with the applicable small business size standard of $6.5 million in annual gross receipts. An electronic response is the accepted method. Future information on this acquisition (draft PWS, solicitation, etc) will be located on the Federal Business Opportunities website (www.fbo.gov) and can be found by typing FA3002-08-R-0024 in the ‘Quick Search’ box in the upper left-hand corner. Information contained in this synopsis is subject to change. It is the responsibility of the prospective offeror to check this site regularly for any changes. Requirement: (Note: The description herein is a summary of the required services and is not intended to be all-inclusive.) Description of Services Applicable to all Services: Services shall be performed in accordance with (IAW) the objectives and responsibilities outlined in Public Law, DoD Air Force (AF) series directives as well as AETC Wing Base instructions, regulations, plans and applicable equipment and or general support technical orders data. a. Provide all vehicles, equipment, tools, and supplies unless specified in the Performance Work Statement (PWS) as Government furnished or provided. b. Perform all required Resource Management functions to include development, preparation, submission, and maintenance of financial plans and budgeting estimates IAW the objectives and responsibilities outlined in Public Law, DoD Air Force series directives, applicable AETC Wing Base instructions, regulations, and plans as stated above. c. Perform all computer workgroup management responsibilities within each functional area for all Government provided equipment. d. Perform records management for all generated and received Government documents. e. Perform in an environmentally acceptable manner. f. Establish an occupational health and safety program for employees that comply with the Occupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting OSHA Standards 29 CFR 1910 and 1926, including applicable DOD and Air Force Safety Guidelines required to protect Government resources and the general public. Comply with Air Force Occupational Safety and Health (AFOSHSTD) Standards only to the extent required to protect AF resources (facilities, equipment, and AF personnel) and the general public. g. Comply with all base security requirements. A secret clearance is required in some work areas. Aircraft Maintenance Support Services: The service provider is responsible for a select on and off-equipment backshop maintenance for all assigned F-15 and F-22 aircraft. The service provider shall perform maintenance consisting of nondestructive inspection, oil analysis program, structural maintenance functions, survival equipment function, metals technology functions, fuel systems functions, pneudraulics, egress, propulsion-secondary power and support section, electro/environmental functions, aero repair functions, wheel and tire function, armament system function, aircraft painting functions, aircraft wash functions, low observable maintenance on F-22 aircraft and F-119 engine nozzles, engine management function, and F-100 engines maintenance (to include jet engine intermediate maintenance [JEIM] & modular repair), with this workload transitioning to Base Realignment and Closure directed Centralized Intermediate Repair Facility repairs at New Orleans starting on 1 July 2010 and all jet JEIM & modular repair shall terminate at Tyndall on 30 Sept 2010. Additionally, the service provider shall provide for the maintenance and preservation of assigned historical/static display aircraft. The service provider shall provide crash/damaged aircraft recovery services to include off-station aircraft and drone crash/damaged recovery. The service provider shall also provide maintenance support for transient aircraft. The service provider shall operate the Precision Measurement Equipment Laboratory (PMEL), maintain aerospace ground equipment (AGE), and provide custodial services for maintenance facilities assigned to the service provider. The service provider shall perform minor facility maintenance. The service provider shall support and provide select maintenance personnel as required by the Government for mobility, other mission support requirements, and provide selected maintenance personnel as required by the Government to support deploying Fighter Squadrons. Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether a SB set-aside is appropriate for this acquisition 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 indicate their capability to successfully perform and manage all the requirements of this magnitude. Small Business Subcontracting in the solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals. Interested vendors are requested to provide estimates of the percentage of the total contract dollars they would expect to be able to subcontract to the following small business categories in response to this RFI. (Current Air Force goals are indicated below in parentheses). If zero percent is indicated in your response, provide a brief explanation of why no small business subcontracting opportunities are expected for this requirement overall or for a particular category. Total small business (23%) Small Disadvantaged Businesses (5%) Woman-owned small business (5%) Service-disabled Veteran-owned small business (3%) HUBZone small business (3%). Points of Contact: Captain Brian Elliott, AETC CONS/LGCK, email: brian.elliott@randolph.af.mil ; and, Ms. Chantel Smith, AETC CONS/LGCK, email: chantel.smith@randolph.af.mil. Any additional information or updates will be posted at www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates. This is a recompetion. Information on Current Contract: Contractor Name: Defense Support Services (DS2); Contract Number: F41689-02-C-0002; Award Date: 28 Nov 2001 (Base Year with Seven 1-Year Options); Current Estimated Contract Value: $124,899.208; Contract Expires: 29 Sep 09 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2008-08-27 11:04:50">Aug 27, 2008 11:04 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2008-10-02 16:21:15">Oct 02, 2008 4:21 pm Track Changes Points of Contact changed to read: Contracting Officer (Primary) Captain Brian Elliott, 210-652-4856, brian.elliott@randolph.af.mil (Alternate) Ms. Chantel Smith, 210-652-7826, chantel.smith@randolph.af.mil DELETE: (Alternate) Mr. Chuck Wingerter, 210-652-3424, chuck.wingerter@randolph.af.mil DELETE: Myles Rellstab
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5337fbc08a666e36f3714d0115754314&tab=core&_cview=1)
- Place of Performance
- Address: TYNDALL AIR FORCE BASE, Florida, 32404, United States
- Zip Code: 32404
- Zip Code: 32404
- Record
- SN01687205-W 20081004/081002220501-5337fbc08a666e36f3714d0115754314 (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 |