SOURCES SOUGHT
Z -- Tyndall AFB Civil Engineering Operations Services - Sources Sought Questionaire-Tyndall AFB
- Notice Date
- 12/17/2010
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- 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
- FA3002-10-R-0059
- Point of Contact
- Gloria M. Marshall, Phone: 210-652-7998, Charles D Wingerter, Phone: 210-652-7822
- E-Mail Address
-
gloria.marshall@randolph.af.mil, charles.wingerter@randolph.af.mil
(gloria.marshall@randolph.af.mil, charles.wingerter@randolph.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Tyndall AFB Civil Engineering Operations Sources Sought Questionnaire Request for Information (RFI): Air Education and Training Command (AETC) Contracting Squadron is seeking information concerning the availability of capable contractors to provide non-personal services for Civil Engineering Operations functions at Tyndall AFB, FL for the period of 01 Oct 12 through 30 Sep 13, to include four one-year follow-on options. The purpose of posting this RFI is to locate interested firms that are experienced in Civil Engineering Operations Services and capable of performing the requirements at Tyndall AFB, FL. This RFI shall not be construed as a formal solicitation, or as an obligation on the part of the Government to acquire products or services. Information provided to the Government as a result of this posting, is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately at a future date. The Air Force is interested at this point, only in identifying interested and capable contractors for this service, as part of the overall market research effort. A tentative solicitation issue date is to be determined. The Government anticipates award of one contract to satisfy this requirement. 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 strictly prohibited. The contracting officer will make an effort to post all information regarding this solicitation as soon as it becomes available. Comments and information on the following areas are requested: (1) Company Cage Code, DUNS, name, address, point of contact and applicable telephone numbers and e-mail addresses; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.). If large business, so state; (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a service contract of this magnitude; (7) If you indicated your role will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the Commercial or Government sector; (9) Please describe any government-sector contracts you have performed for similar combined services [if applicable]; (10) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (11) Indicate which NAICS code(s) your company performs under for Government contracts; (12) Provide estimated small business subcontracting goals and rationale; and (13) Please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Tyndall AFB, FL. Request all responses be provided no later than 14 Jan 2011. The Government is under no obligation to consider information received after as part of the formal market research for this acquisition. The planned North American Industry Classification System (NAICS) code is 561210 (Facilities Support Services), with the applicable small business size standard of $35.5 million in annual gross receipts. An electronic response is the accepted method and should be e-mailed to: gloria.marshall@randolph.af.mil, with a courtesy copy e-mailed to charles.wingerter@randolph.af.mil. Future information on this acquisition (draft Performance Work Statement (PWS), solicitation, etc) will be posted on the Federal Business Opportunities website (www.fbo.gov), and when available, can be found by typing FA3002-10-R-0059 in the ‘Quick Search' box in the upper left-hand corner. Information contained in this sources sought synopsis may be subject to change. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes. Requirement: (Note: The description is a summary of the required services and is not intended to be all-inclusive). Description of 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 which 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 may be required in some work areas. Civil Engineering Operations Services. Provide Operations support to the base populace and assigned units as described below. The Service Provider will be responsible for managing and providing training, effective and efficient life-cycle operations, maintenance and repair of facilities, infrastructure, real property and accountable real property installed equipment (RPIE) at Tyndall AFB FL and any attached or related properties under the control of Tyndall AFB FL. This includes (1) Operations Support; (2) Infrastructure Systems; (3) Heavy Repair; and (4) Facility Systems Activities. Broad examples of included activities are Heating Ventilation and Air Conditioning (HVAC), plumbing and electrical maintenance and repair, fire suppression maintenance, airfield maintenance, work request management, security alarm, Joint Service Interior Intrusion Detection Systems (JSIIDS) maintenance, minor construction, elevator maintenance, structural, and roof maintenance. This activity also maintains and operates base-wide Civil Engineering (CE) customer interface. Small Business (SB) Set-Aside Determination: The Government reserves the right to determine if a SB set-aside is appropriate for this acquisition based on responses to this notice, and other pertinent information gathered by the contracting officer. 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 capacity and capability to successfully perform and manage all the requirements of this Operations effort. Small Business Subcontracting 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 as stated in the resultant solicitation. 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, please 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%) HUB Zone small business (3%)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-10-R-0059/listing.html)
- Place of Performance
- Address: Tyndall AFB, Florida, United States
- Record
- SN02346883-W 20101219/101217234344-e6016c8be68587cf5ad6b65ae6f85c70 (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 |