SOURCES SOUGHT
R -- Primary Training Ranges (PTR) - Market Research Questionnaire
- Notice Date
- 2/21/2014
- Notice Type
- Sources Sought
- 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
- FA4890-14-R-0016_Sources_Sought
- Point of Contact
- Andrew Gibson, Capt, Phone: 757-764-3389, Sharon D Potter, Phone: 757-764-9371
- E-Mail Address
-
amicpkcbptr@us.af.mil, amicpkcbptr@us.af.mil
(amicpkcbptr@us.af.mil, amicpkcbptr@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOW TE-5 (Draft) SOW Section C-6 (Draft) SOW (Draft) Small Business Set-Aside Determination Questionnaire Market Research Questionnaire Air Combat Command is planning to purchase non-personal services for the operation, maintenance and support of eleven (11) Primary Training Ranges (PTR) locations. The Electronic Combat Ranges (ECR) and Electronic Scoring Site (ESS) operation, maintenance and support (OM&S) effort includes performing facilities, ground maintenance (main compound and sites) and electronic operations/equipment maintenance on the following types of systems, VPQ-1 (TRTG), MST-T1A (MUTES), MST-T1(V) (Mini MUTES), MSR-T4 (TRAINS), GTR-18 (Smokey SAM), UPQ (RHAW Lite), SPS-66 (Nitnoy), Bird Detection Radar System, Joint Threat Emitters, UHF/VHF Communication Radios, Microwave Systems, AN/FSQ-T33 and Range Integration Instrumentation System (RIIS) to include RIIS shelters and Integrated Tactical Assessment Stations to take place at Belle Fourche ESS, SD; Poinsett ECR, SC/Bulldog MOA ESS, GA; RIIS Operations Center, NV and Snyder ESS, TX. The Bombing and Gunnery (B&G) range OM&S effort includes performing facilities, ground maintenance (range complex and main compound), range control tower operations, range control officer duties (day, night/Night Vision Goggles), strafe pit and strafe berms, weapons scoring systems operations, maintenance and weapons safety footprints/database (M2, WISS, LSTSS,, LSVRS, HSLES-M,LES-M, IRSSS, TASSS, DA3H), night range and radio tower lighting, UHF/VHF Communication radios, target maintenance/construction (stationary, vertical and mobile), target vehicles preparation/demilitarization, range decontamination/clearance, GTR-18 (Smokey SAM), UPQ-8 (RHAW Lite), housekeeping, communications/electronics, environmental, administrative, logistics, airfield operations, disaster preparedness to support aerial bombing and gunnery. Performance will take place at the following sites: Avon Park B&G Ranges, FL; Dare County B&G Range, NC; Grand Bay Range, GA; Holloman B&G Ranges, NM; Poinsett B&G Ranges, SC; and Mt. Home B&G/No-Drop Ranges, ID. A limited amount of equipment will be provided as government furnished property. Contractor should have the capability to provide maintenance vehicles and some heavy equipment (i.e. backhoes, forklifts, etc) for road repair, target maintenance, and other repairs that are necessary. The period of performance will cover a year (1) base period and four (4) one (1) year options. The phase-in period will be 45 days beginning on 15 Nov 14 with a performance start date of 1 Jan 15. The applicable North American Industry Classification System (NAICS) code is 561210 with a threshold of $35.5 million. The predecessor contract for the PTR services was awarded as a small business set aside. The Government seeks industry input to determine if this acquisition should be a total small business set-aside under the auspices of the Federal Acquisition Regulation Part 19 or remain full and open. This is not a formal Request for Proposal, and no contract will result from this synopsis. A draft RFP is likely to be issued in order to obtain industry comments on the requirement. All documents associated with this projected requirement will be made available only on the Electronic Posting System, FedBizOpps website at http://www.fbo.gov. The Air Force requests the following information from potential offerors: (1) what is your company name, point of contact, mailing address, phone number, fax number and e-mail address? (2) What is your business classification (e.g., small business, small disadvantaged business, etc.)? (3) Are you interested in competing for this acquisition once/if the requirement becomes available on solicitation? (4) What type of corporate experience do you have that is similar to the type of work described above? (5) How many years of corporate experience does your firm have with requirements of this nature? (6) Of this experience, what has been the magnitude of the requirements? This information will be used only for market research purposes and will not be used as a part of proposal evaluation later. The Government anticipates site visits to the PTR ranges, dates to be determined. For planning purposes, please advise if you are interested in attending the site visits. Also, please identify in your correspondence if items should be protected from release outside the government due to proprietary and/or competitive restrictions. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Please send all questions and correspondence for this requirement to the below POC. Interested small businesses that are certified and qualified as a small business concern in NAICS code 561210 are encouraged to respond and submit their notification to email address amicpkcbptr@us.af.mil no later than 4:30 p.m. EDT on 6 March 2014. If you have any questions regarding this matter, please contact Capt Andrew Gibson (Contract Manager) at 757-225-3389 or Sharon Potter (Contracting Officer) at 757-764-9371.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-14-R-0016_Sources_Sought/listing.html)
- Record
- SN03293954-W 20140223/140221234921-36a5db095d94191ea3d67fecaf224c3b (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 |