SOLICITATION NOTICE
J -- Dive Locker Services - Draft PWS Dive Locker
- Notice Date
- 8/2/2013
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- FA4890-13-R-0103
- Archive Date
- 9/3/2013
- Point of Contact
- Colin J. Pugh, Phone: 7572256521, Lisa T. Pena, Phone: 7572254525
- E-Mail Address
-
colin.pugh@langley.af.mil, lisa.pena@langley.af.mil
(colin.pugh@langley.af.mil, lisa.pena@langley.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft PWS Dive Locker PRE-SOLICITATION NOTICE FOR FA4890-13-R-00103: This is a pre-solicitation notice only. Air Combat Command, Acquisition Management and Integration Center (AMIC) anticipates issuing the final RFP on or about 19 Aug 2013 with a closing date on or about 19 Sep 2013. This will be a competitive acquisition set-aside 100% for 8(a) small businesses. The Government intends to make one award from this solicitation. The North American Industry Classification System Code (NAICS) for this requirement is 561210 with a corresponding small business size standard of $35.5M. Guardian Angel Rescue Squadrons (RQS) require the procurement of trained and certified Master Diver Services and Boat Master Services. The Contractor shall be responsible for providing on-site Dive Locker maintenance support to Air Combat Command (ACC), Pacific Air forces (PACAF), United States Air Force in Europe (USAFE), Air Force Reserve Command (AFRC), and Air Education and Training Command (AETC) as they assist in providing technical expertise in the operation and maintenance of the dive locker program, support development, and implementation of waterborne operations procedures designed to rapidly enhance the combat readiness and collective skills of Combat Rescue Officers and Pararescuemen. Specific requirements under this objective will actively support Dive Locker Maintenance support of Major Commands (MAJCOMS), Headquarters Air Force (HAF), System Program Offices (SPO), Joint Services, and Coalition partners as required/directed. Military diving experience and familiarity with Naval diving operations and watercraft is required. Performance will consist of a one month Transition/Phase-In period, a One-year Base period, and four One-year Option periods. The Government will use the Internet and email as the primary means of disseminating and exchanging any information concerning this requirement. Interested parties should review the documents posted and provide any question or comments via e-mail to the Contracting Office. When submitting questions or comments, offerors should provide their company name, address, point of contact, Cage Code, phone and fax number, email address, and business size. It is the offeror's responsibility to monitor the Internet for the release of the final Request for Proposal (RFP) and closing date. The Air Force will consider and respond to all inputs received. Industry response is encouraged to ensure all parties have maximum opportunity to participate in this acquisition and to ensure that the requirement is understood. A pre-proposal conference is tentatively planned to be held on or about 28 August 2013 at Moody AFB, GA. Details will be included in the solicitation. Offerors desiring to attend the conference must pre-register by 23 August 2013 as outlined in the RFP. An interested parties listing will be posted to FBO to facilitate teaming and subcontracting opportunities. To be eligible for contract award, offerors must be registered under the applicable NAICS code in the System for Award Management (SAM), which may be found at https://www.sam.gov/. SAM replaces functions formerly performed by Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA), among others. All interested parties are cautioned to ensure that information listed in SAM is current and correct. Interested parties are to submit all correspondence pertaining to this requirement in writing to the POCs listed below. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation of receipt of information. If you have difficulty in emailing your response and/or an email confirmation of receipt is not received in a timely manner, you are encouraged to contact the POCs below. Primary POC: Colin J. Pugh (757) 225-6521 colin.pugh@langley.af.mil Alternate POCs: Lisa Pena (757) 225-4525 lisa.pena@langley.af.mil. SSgt Troy McCullough (757) 225-4540 troy.mccullough@langley.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-13-R-0103/listing.html)
- Place of Performance
- Address: Several locations listed in the attached Draft PWS, United States
- Record
- SN03136457-W 20130804/130802234823-af49ddd2b6efbae0e996428d6bd24dac (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 |