SOURCES SOUGHT
R -- Detachment 15 Host Maintenance Contract, Maui, Hawaii
- Notice Date
- 7/8/2010
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron, 2000 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- FA9401-10-R-0007
- Archive Date
- 8/14/2010
- Point of Contact
- Devin J. DeMenno, Fax: 505-846-5744
- E-Mail Address
-
devin.demenno@kirtland.af.mil
(devin.demenno@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: SOURCES SOUGHT - 20100708 - FOR DETACHMENT 15 HOST MAINTENANCE CONTRACT, MAUI, HAWAII The Air Force Nuclear Weapons Center (AFNWC)/PKOC, Kirtland AFB, NM is seeking sources capable of performing the management and operation of the Host Maintenance Contract (HMC) for the Air Force Research Laboratories (AFRL), Detachment 15 (Det 15), Air Force Maui Optical and Supercomputing Site (AMOS) at Maui Island, Hawaii. Boeing LTS, Inc. is currently performing these services under the Innovative Research and Optical Site Support (IROSS) contract. The IROSS contract, whose second option year, Option Year 02, expires on 31 December 2011, shall be de-scoped of host maintenance requirements and will require a competition of the aforementioned services. The Contractor shall provide all management personnel, equipment and services necessary to operate the facilities. Det 15 services include: Administration Management & Customer Support; Facility & Infrastructure Maintenance & Support; Operations (Physical Plant Operations); Grounds Maintenance, Refuse Collection & Disposal; limited Architect/Engineer Services (Planning, Programming, Design & Construction Management);and Logistics Support (Material Control) for Det 15 and mission partners working on site. AMOS consists of two small, separate sites and several buildings; one site is located at sea-level and the second at the summit of Mt Haleakala at or around the 10,000 feet elevation level. The sea-level site consists of 3.42 acres of land, one primary building and several other small structures with a total square footage of approximately 5,800 square feet. The Mt. Haleakala site consists of 4.43 acres of land, five primary buildings and several other small structures with a total square footage of ~89,500 square feet. The site has one mission partner. AMOS facilities include: two closed, potable water systems with pumps and tanks; two water storage tanks (one 73,000 gallon tank and one 2,000 gallon tank); one chlorination system; associated underground water pipe lines feeding the primary facilities; approximately 1,500 feet of fencing; four sewage septic tanks; 1,025 linear feet of sanitary sewage main; a main fire pump and 82,700 square feet of fire detection and suppression coverage at the Mt Haleakala site; five clean agent fire suppression systems protecting approximately 7,250 square feet of facilities; approximately 500 feet of communication ducts; approximately 8,400 square yards of parking lots, driveways, and equipment pads; approximately 700 feet of underground electrical distribution lines; two backup electrical generators - a 250KW and a 900KW; two 20-ton bridge cranes; one incline lift system with one unit rated at 4,000 pounds and one for 45,000 pounds; four chiller units at the Mt. Haleakala site comprising a total of 370 tons of cooling, and two chiller units at the sea-level site comprising a total of 50 tons of cooling; security access control system with badge readers on primary doors. The highest level of security clearance required for this contract is DOD SECRET. Twenty-four hour (standby) customer service call, emergency response and plant operations are required. Personnel filling selected responsible positions shall possess appropriate licensing and certifications. At this time, responses to this notice are only requested from potential Prime Contractors, Prime/Subcontractor teams or Joint venture entities. The Government does NOT intend to award a contract on the basis of this notification or otherwise pay for any information or inquiry. Small business firms capable of providing all of the described services are invited to submit a description of their capabilities and experience by 4:00 p.m. Mountain Time on 30 July 2010, to Devin DeMenno at email address devin.demenno@kirtland.af.mil or to the following address: AFNWC/PKOC Attention: Devin DeMenno, Bldg. 20604, Rm. D-17, Kirtland AFB, NM 87117-5606. No telephone calls will be accepted. No extensions to the above submittal date shall be authorized. Statements of Capability shall contain information as to: (1) Experience: an outline of previous projects and specific work previously performed or being performed; and (2) Personnel: Name, professional qualification and specific experience of personnel who would be performing the services listed in this document. Statements of Capability shall address how the Contractor (and team members or subcontractors) will perform all of the functions listed in this document. In accordance with FAR 19.508(e) and FAR 52.219-14, Small Business firms must perform a minimum of 51% of the described services as the Prime. Submissions shall be limited to no more than 25 pages. They should be pertinent and specific as to the technical areas the firm can perform as the Prime, and in addition, describe the subcontract management plan for the remaining 49% to include the identification and experience of known team members/subcontractors and their technical areas of expertise. Please cite this synopsis number (20091013) in your response. The applicable SIC code for this requirement is 8744, NAICS is 561210 and the corresponding size standard is $32.5M. This notice is for planning purposes only and does NOT constitute a solicitation for bids/proposals. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. Firms submitting responses should indicate whether they are small, small disadvantaged, 8(a), woman-owned, or HBCU/MI. Large Businesses need not submit Statements of Capability. The Government will NOT pay for any information submitted due to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9401-10-R-0007/listing.html)
- Record
- SN02199152-W 20100710/100708234748-6916840d105d26d6b6baea00acbde4c1 (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 |