Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2013 FBO #4340
SOLICITATION NOTICE

M -- Vance AFB Base Operations Support - FA3002-13-R-0011 - Pre-Solicitation

Notice Date
10/10/2013
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, JBSA Randolph, Texas, 78150-4302, United States
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-13-R-0011
 
Point of Contact
Ma. Elena L. Cortezano, Phone: 210-652-7826, Samuel E. Hutchins, Phone: 2106529221
 
E-Mail Address
maelena.cortezano@us.af.mil, samuel.hutchins@us.af.mil
(maelena.cortezano@us.af.mil, samuel.hutchins@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA3002-13-R-0011 Vance BOS Pre-Solicitation Notice This presolicitation notice is associated with Request for Information/Sources Sought Notice FA3002VANCEBOS14. The 338 th Specialized Contracting Squadron (338 SCONS), JBSA-Randolph, TX is conducting an acquisition for Vance Base Operations Support (BOS) re-competition and follow-on contract. This is a pre-solicitation notice to provide non-personal services for Base Operations Support at Vance AFB, OK. (Note: The description herein is a summary of the required services and is not intended to be all-inclusive.) The supported mission is for the 71 st Flying Training Wing located at Vance AFB in Enid, OK. The Wing's primary mission is threefold: (1) Develop professional airmen, (2) deliver world class pilots, and (3) deploy combat ready warriors. The services included are Civil Engineer, Logistics, Communications and Information Technology, Community Services, Local Purchasing, Lodging, and Visual Information 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. The 71 FTW is seeking a Service Provider (SP) to provide the following: Provide vehicles, equipment, tools, and supplies unless specified in the Performance Work Statement (PWS) as Government furnished or provided. Perform all computer support responsibilities within each SP functional area for all Government provided equipment. Perform records management for generated and received Government documents. Perform services in an environmentally acceptable manner. Establish an occupational safety and health program for employees in compliance 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 Standards (AFOSHSTD) only to the extent required to protect AF resources (facilities, equipment, and Air Force personnel) and the general public. Comply with base security requirements. A Secret clearance may be required in some work areas. Provide operations support to the base populace and assigned units as described below: Civil Engineer: Installation Management [(1) Civil Engineering (CE) Financial Management; (2) Real Property; (3) NexGen Information Technology (IT); (4) Housing Management; and (5) Environmental at Kegelman Auxiliary Airfield, Vance AFB, and any attached or related properties under the control of Vance AFB to include Utility Privatization (UP), Housing Privatization (HP), and Enhanced Use Lease (EUL).] Operations [(1) Operations Management; (2) Operations; (3) Heavy Repair; (4) Infrastructure Systems; (5) Facility Systems; (6) Requirements and Optimization; and (7) Transportation and Utilities Activity Management Plans (AMPs).] Installation Engineering [(1) Engineering Management; (2) Portfolio Optimization; and (3) Project Management.] Fire Emergency Services [(1) Management and Administration; (2) Training; (3) Fire Prevention; and (4) Operations.] Logistics: Supply (AF aircraft parts and base and aircraft material/equipment management and distribution), and Transportation (base vehicle fleet management and repair, government and commercial surface/air cargo/passenger transportation, and contingency deployment support). Communications and Information Technology: Communications/Information Technology: IT planning, telecommunications and infrastructure management, LMR/Personal Wireless Communication Systems (PWCS)/frequency management, base communications (telecommunications and messaging center management), base distribution point management, LAN and network/infrastructure management, computer systems and software management, information assurance, customer support to include one or more designated Work Group Managers, information management (base information transfer system, base locater, special orders, postal service) technical order distribution, publications and forms management, web services, reprographics. Community Services: Child Development Programs, Youth-Activities, Preschool and School Age Programs, Teen Programs, Arts and Crafts Center, Auto Skills Center, Fitness, Bowling Center, Equipment Check Out, Outdoor Recreation, Library, Fitness, and Sports programs for Vance AFB. Local Purchase: Develop, implement, and execute an approved purchasing system using best commercial practices. Purchase and manage all supplies, services, and construction (excluding MILCON) as determined by the Government, and necessary for performance of all Aircraft Maintenance and BOS activities. Provide administrative support of contracting operations. Lodging: Manage base lodging (hotel) facilities and family temporary lodging facilities. Visual Information Services (graphic/photographic imaging, presentations) and video services. The contract will have a 1-year basic Period of Performance which will include a 2-month mobilization period from 1 Oct 14 through 30 Nov 14, and a 10-month performance period from 1 Dec 14 through 30 Sep 15. The contract will include four 1-year option periods and FAR Clause 52.217-8, Option to Extend Services, with the potential to extend the contract an additional six months beyond the awarded contract performance period. In the event the Government requires continued performance, the Government's evaluation of prices proposed will be considered fair and reasonable as applied to an extension of services. Should an extension of services be required, rates will be adjusted only as a result of revisions to applicable prevailing Department of Labor wage rates. The Request for Proposal (RFP) FA3002-13-R-0011 will be posted on or about 25 October 2013, and proposals are anticipated to be due on or about 09 December 2013. This will be an electronic solicitation release. A pre-proposal conference/site visit is tentatively scheduled on or about 13 November 2013 at Vance AFB, OK. The solicitation, amendments, and other miscellaneous documents will be posted to the Federal Business Opportunities (FBO) website at http://www.fbo.gov. It is the responsibility of each offeror to review the web page for notice of amendments, updates, or changes to current information. This requirement will be conducted as a Total Small Business Set-Aside and will be evaluated using a Lowest Price Technically Acceptable (LPTA) source selection process. A source selection will be conducted in accordance with Federal Acquisition Regulations 15.3 as supplemented by Department of Defense Source Selection Procedures, Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 Contracting by Negotiation (dated 3 May 2011), and AFFARS Mandatory Procedures 5315.3 Source Selection (dated 4 May 2011). In order to be eligible for award, registration under the correct North American Industry Classification System (NAICS) code in the System for Award Management is required. To register, go to https://www.sam.gov/portal/public/SAM/. The North American Industry Classification System (NAICS) code for this solicitation is section 561210 - Facilities Support Services. The small business size standard is $35.5 million in annual gross receipts. There will be no public bid opening. Directions for proposal submission will be included in the solicitation. Dates listed above are approximate and included for reference only. In light of the Government shutdown, the dates are subject to being adjusted accordingly. The actual date and details will be published in a separate notice (e.g. actual dates of the pre-proposal conference/site visit will be specified in the solicitation). Contact with Government personnel other than the Points of Contact (POC) listed below by a potential offeror or their employees regarding this acquisition is strictly prohibited. Any questions regarding this notice should be directed to following: Primary POC: Ms. Mariel L. Cortezano E-mail: maelena.cortezano@us.af.mil Telephone: 210-652-7826 Alternate POC: Capt Samuel E. Hutchins E-Mail: samuel.hutchins@us.af.mil Telephone: 210-652-9221 Alternate POC: Ms. Gloria M. Marshall E-mail: gloria.marshall@us.af.mil Telephone: 210-652-7998
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-13-R-0011/listing.html)
 
Place of Performance
Address: Vance AFB, Enid, Oklahoma, United States
 
Record
SN03214645-W 20131012/131010233852-74c2f570fb0b4d32e12fb3130bd0b445 (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.