Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2010 FBO #3101
MODIFICATION

R -- F-16 Environmental Monitoring System and Corrosion Engineer

Notice Date
5/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8232-10-R-0021
 
Archive Date
6/9/2010
 
Point of Contact
Dawn A. Schmidt, Phone: 8015863442
 
E-Mail Address
dawn.schmidt@hill.af.mil
(dawn.schmidt@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought/Request for Information (RFI). This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government. The following information is provided to identify potential contractors who have the skills, experience and knowledge required to successfully provide the described capability. The 508th Aircraft Sustainment Group, Hill AFB UT, intends to award a 1-year basic period contract with two 1-year option periods to support the Environmental Engineering and Program Management Services necessary to implement, maintain, and make design improvements to the F-16 Environmental Monitoring System (EMS), corrosion engineering, industrial processes to support F-16 weapons system and provide appropriate information management. The work accomplished is Advisory and Assistance Services (A&AS) and requires one contracted engineer. The majority of the contractor services shall be performed at Hill AFB UT by the on-site contractor. Occasional travel to other locations may be required and include temporary duty (TDY) IAW Joint Travel Regulations. Anticipated travel includes approximately five (5) trips annually with 4- to 5-day duration for each trip. The Government will provide or make accessible to the Contractor, data, documents, equipment, and facilities required to accomplish tasks. Control of the data, documents, equipment, and facilities will remain with the Government. The purpose of the F-16 Environmental Monitoring System (EMS) is to institutionalize the environmental discipline into the USAF F-16 systems engineering processes. The EMS is designed to ensure that checks and balances are integrated into weapon system processes such that required environmental reviews are conducted and necessary documents are prepared. The EMS verifies that new, or changed, environmental laws or regulations are evaluated for impacts and addressed before weapon system operations and/or maintenance activities are disrupted. The EMS also ensures that Users and Maintainers are involved in the environmental processes. Corrosion engineering support directly impacts the EMS with corrosion preventive coating systems that complies with environmental restrictions. The contractor requirements consist of the tasks listed below: 1) Provide services to maintain the F-16 Environmental Monitoring System (EMS). 2) Remain cognizant of federal, state, local and USAF environmental laws and regulations and advise the 508th Aerospace Sustainment Wing on how to maintain compliance as part of the EMS. 3) Respond to and advise on EMS problems and resolutions. 4) Maintain the F-16 Programmatic Environmental, Safety & Health Evaluation (PESHE), in accordance with DoD 5000.2-R. 5) Support development, integration and maintenance of an F-16 hazardous materials usage data reporting system for pollution prevention initiatives. 6) Develop and maintain the F-16 Hazardous Material Management (HMMP) plan used by F-16 parts manufacturers and users in accordance with DoD 5000.2-R, AFI 32-7086 and NAS 411. 7) Develop, coordinate, and maintain the F-16 Deactivation Demilitarization and Disposal Plan in accordance with DoD 5000.2-R. 8) Maintain the F-16 Environmental Network into the EMS. 9) Evaluate EMS documentation for technical adequacy. 10) Coordinate EMS among pertinent F-16 organizations, including appropriate personnel in various organizations: HQs, other contractors, 309th Maintenance Wing, 84th Logistics Wing, 508 ASW, OO -ALC. 11) Provide problem resolution assistance for depot maintenance EMS concerns (309th Maintenance Wing and Group). 12) Conduct EMS problem resolution for F-16 Using and Maintaining Commands, including ACC, ANG, AFRC, AETC, PACAF, USAFE and AFMC. 13) Organize and execute annual Working Group meetings with F-16 Users and Maintainers. Prepare and publish meeting minutes. 14) Perform life cycle cost analyses and trade studies to implement EMS improvements. 15) Execute risk assessment to manage and mitigate potential environmental and corrosion threats to the F-16 weapon system. 16) Provide engineering support for F-16 corrosion prevention and repair of structural, electronic, and mechanical systems problems and related paint coating systems. 17) Comply with DD254 Security Clearance requirements. Required security clearance and facility clearance will be attained IAW with DD254 and shall be completed prior to start of contract performance. 18) Comply with applicable USAF rules, procedures and standards of conduct to ensure Information Security and shall have background investigations and security awareness training completed prior to start of contract performance. 19) Technical documentation developed by the contractor for this requirement shall be nonproprietary and available to the government without limitation as the basis for technical support, technical direction, or production competition in industry. 20) All data, including classified data, developed under this requirement shall be available to the government without limitation. The contractor shall comply with the 508th ACSG Security Classification Guide in effect at the time the contract is accepted for requirements in handling, dissemination, and storage of any classified data developed under this requirement When responding, potential offerors are requested to not to exceed three (3) single-sided pages and include an executive summary, relevant history and evidence of past performance or capability to perform the tasking with responses to the following: 1. Company Name 2. Company Cage Code 3. Company Point of Contact Name, email address and phone number 4. Executive Summary, relevant history of past performance or capability to perform the tasking, please describe. 5. Suggested NAICS Code 6. Business Size Classification for NAICS and qualifications, if any, as any sub-category (i.e., 8(a), HUBZone, SDVOSB) 7. Would you be a prime or subcontractor? 8. Lead Time for Task Performance 9. What type of contract would you be able to provide? 10. Do you possess a facility clearance, please describe? The Government does not intend to award a contract on the basis of these Sources Sought or to otherwise pay for the information solicited. The information provided is considered market research and may be utilized by the USAF in developing its acquisition strategy, Performance-Based Work Statement (PWS) and Performance Specifications. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked. Interested potential offerors should mail or email a response to the Sources Sought inquiry and include answers to the questions listed above to the Contract Negotiator. Interested parties are requested to submit three (3) copies of the aforementioned to the Contract Negotiator. Copies of your submitted information will be distributed to the USAF Program Manager, USAF Engineer, and Contracting Officer for review. Responses should be submitted (mailed to address below or emailed to dawn.schmidt@hill.af.mil) by 2:00 pm MST on 25 May 2010 to the Contract Negotiator listed below: Dawn Schmidt 508 ASCG/PK 6072 Fir Ave, Bldg 1233 Hill AFB UT 84056-5816
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8232-10-R-0021/listing.html)
 
Place of Performance
Address: 6080 Gum Lane, Bldg 1212, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02155013-W 20100522/100520234641-814e71e761da59da67c0f66650848a54 (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.