SOURCES SOUGHT
J -- CE Support Services Bridge Effort - Draft SOW - Capabilities Statement
- Notice Date
- 3/2/2010
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- CE_Support_Bridge_Effort
- Point of Contact
- Robin J. Tipton, Phone: 937-522-4630
- E-Mail Address
-
robin.tipton2@wpafb.af.mil
(robin.tipton2@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Atch 1 - Capabilities Statement Atch 2, Draft SOW 2-MONTH BRIDGE EFFORT FOR CIVIL ENGINEER (CE) SUPPORT TO SYSTEM ACQUISITION AND RESEARCH AND DEVELOPMENT ACTIVITIES This is a Notice of Intent and Sources Sought Synopsis; there is no solicitation available. Requests for a solicitation will not receive a response. The current contract for this effort, 100% small business set-aside, expires on 30 June 2010. A follow-on, competitive acquisition for 100% small business set-aside five-year contract (a one-year base period with four one-year options) is in process but will not be awarded prior to the expiration of the current contract. Reference Sources Sought for FA8601-09-R-0012 for the follow-on competition. This bridge effort is strictly for the continuation of services until the follow-on competition is complete. The Air Force intends to award a two month bridge with two, two-month options to the incumbent contractor to perform these services. The initial period of performance will be from 1 July 2010 to 31 August 2010 with the two option periods to be exercised if required. There will be no transition period. This notice is being published for market research and planning purposes. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. DESCRIPTION OF SERVICE: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform CE support as defined in the attached Draft Statement of Work (SOW), for organizations located at Wright-Patterson Air Force Base (WPAFB), Ohio, for the two-month bridge effort. These organizations include, but are not limited to, the Air Force Research Laboratories (AFRL), 88 th Air Base Wing (ABW), National Air and Space Intelligence Center (NASIC), and the Air Force Institute of Technology (AFIT) and their successors. Additional organizations may be included subject to the approval of the Contracting Officer (CO). Support services fall into the categories of construction, maintenance, and subcontracted services, and shall be accomplished using limited plans, drawings, specifications, or sketches. Architect-Engineer design services will not be performed under this effort. A construction labor force capable of rapid expansion or draw-down of its direct labor force is required to provide rapid response to support changes in programs and technical requirements. These efforts involve installing, modifying, and repairing various facilities and equipment. A maintenance labor force is required to provide recurring preventive maintenance, repair, replacement, installation of equipment and mechanical rooms, and provide water treatment and analysis. The equipment includes specialized facility systems supporting intelligence and research and development (R&D), as well as user's equipment. The current equipment list contains approximately 6,000 pieces of equipment. This list is dynamic and is constantly changing as equipment is added and deleted. Examples of possible subcontracting requirements include but would not be limited to HVAC controls, lead abatement and asbestos abatement. As required in the Draft SOW, in addition to administrative support, this effort requires a Contract Manager, Maintenance Superintendant, Environmental Coordinator, Water Treatment Specialist, Hazard Communications Coordinator, and various skilled tradesmen to be located at the WPAFB contractor site. In addition, a General Engineer, Mechanical Engineer and Electrical Engineer will be required on an as needed basis. In addition to the information requested in the paragraph below, entitled "Capabilities Statement", responding parties must also indicate their size status in relation to the applicable North American Industry Classification System (NAICS). The NAICS Code is 561210 for the overall program with a Size Standard in Millions of Dollars is $35.5. Businesses, including their affiliates, whose gross annual receipts averaged over the previous 3 fiscal years that do NOT exceed $35.5M are considered to be a small business. CAPABILITIES STATEMENT Please reference Source Sought for FA8601-09-R-0012 for the follow-on competition. As stated above, the Air Force intends to award the two-month (plus two, two-month options) bridge effort described herein to the incumbent contractor. Interest in this effort should be accompanied by a Capabilities Statement that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel who can hit the ground running on 1 July 2010 for a two-month period of performance with no incumbent contractor transition period. Capabilities Statements are to be presented in accordance with the attachment to this sources sought synopsis entitled "CAPABILITIES STATEMENT". POINT OF CONTACT: Robin J. Tipton, robin.tipton2@wpafb.af.mil, (937) 522-4630, fax (937) 656-1412. Submit Capabilities Statements (3 hard copies via US Postal Service or other delivery service) by 3:00 p.m. Eastern Standard Time on Tuesday, March 9 th, 2010. All inquiries/ correspondence sent via e-mail must contain a subject line that reads "Bridge Effort, CE Support Services." E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. Send Capabilities Statements or other correspondence to: 88 CONS/PKBA ATTN: Robin Tipton 1940 Allbrook Drive, Room 109 Wright-Patterson AFB OH 45433-5309 Please include in all correspondence a reference to "Bridge Effort, CE Support Services." UPDATES/CHANGES: Should you wish to receive notices of updates/changes regarding this announcement; click the "Watch this Opportunity" button at the bottom of this page and follow the registration instructions. If you do not register, it is your responsibility to periodically review this web site for any updates/changes to this announcement to include cancellation or future issuance of an RFP. 2 Attachments •1. Capabilities Statement •2. Draft SOW
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/CE_Support_Bridge_Effort/listing.html)
- Place of Performance
- Address: Various locations at Wright-Patterson AFB, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02080644-W 20100304/100302235154-2a9c355e62cef1cb6e4a0d8b912971fa (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 |