SOURCES SOUGHT
S -- Air Force Contract Augmentation Program IV - AFCAP IV Sources Sought Questionnaire
- Notice Date
- 4/4/2012
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
- ZIP Code
- 32403
- Solicitation Number
- None_Yet_Assigned
- Point of Contact
- Dennis W. Rogers, Phone: 8502834278
- E-Mail Address
-
Dennis.Rogers@Tyndall.af.mil
(Dennis.Rogers@Tyndall.af.mil)
- Small Business Set-Aside
- N/A
- Description
- AFCAP IV Sources Sought Questionnaire The purpose of this request for information (RFI)/sources sought is in support of market intelligence being conducted by the 772 Enterprise Sourcing Squadron (ESS) to identify potential sources and gather information on current capabilities within the market to perform services under a potential/future Air Force Contract Augmentation Program (AFCAP) IV indefinite delivery, indefinite quantity (IDIQ) contract. This RFI/sources sought shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any product or service. It does not guarantee a subsequent solicitation will be issued. Submission of any information in response to this RFI is completely voluntary and costs associated with this or any follow-up information submission shall not be paid by the Government Sources are sought to perform actions within the scope of the AFCAP program: AFCAP is intended to provides commanders and/or any Government entity a worldwide, responsive, force multiplier option to augment or relieve base operating support (BOS) functions participating in a wide range of support focusing on temporary contingency skills and/or resources to sustain military forces participating in a wide spectrum of activities (e.g. disaster response, Overseas Contingency Operation, Military Operations Other Than War (MOOTW), humanitarian response, nation building, etc.), to include disaster recovery (natural disaster such as hurricane recovery) ranging from a geographical theater of operations to global-scale response in minimal time. Capabilities the contractor will be required to provide are planning and deployment support. Planning is expected to be available within the contractor's program management team and other company resources and deployment capabilities are expected to be obtained as required for site-specific requirements. The capabilities under the contemplated contract are intended to support the Air Force, any DoD component, any Governmental entity operating in support of missions which could include National Command Authority, joint or combined United States military forces acting as part of or in concert with United Nations (UN), North Atlantic Treaty Organization (NATO), multinational force, or other entities. Support can include a wide spectrum of response potentials to meet requirements within and outside the continental United States. The principal effort of this contract will be to provide deployment capabilities generally aligned with Air Force combat support and combat service support functions associated with BOS, to include the "Civil Engineer" and "Services" career fields and to provide logistic support that reduces a dependence on scarce war reserve material stockpiles, fills manpower shortfalls, or provides Operations Tempo (OPSTEMPO) relief. A list of skills typically required include: carpentry, plumbing, electrical, mechanical (e.g., refrigeration, air conditioning, heat, controls, etc.), heavy equipment operations and/or leases, paint, power production, food service, lodging management, recreational services, housekeeping services, laundry plant operation, various utility plant operations (e.g., water, sewage, solid waste disposal, etc.), structural fire protection and fire crash rescue, unexploded ordnance (UXO) technician (e.g., clearing sub-scale practice bombs), emergency management, professional engineering, project and program management, transportation, communications, and just-in-time commodities to support mission objectives. Respondents capable of satisfying the requirements stated herein should send an electronic copy of their response within 30 days of this publication to Dennis W Rogers, Dennis.Rogers@Tyndall.AF.MIL, Contracting Officer, 722 ESS/PKHA, 139 Barnes Drive, Suite 1, Tyndall AFB, FL 32403-5319. Responses should include a fully completed copy of the attached questionnaire.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4b6d946784fef9dc3b14b873d3ab5aa5)
- Place of Performance
- Address: Worldwide, United States
- Record
- SN02713874-W 20120406/120404235329-4b6d946784fef9dc3b14b873d3ab5aa5 (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 |