Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOURCES SOUGHT

Z -- Civil Engineer Facility and Equipment Support - Equipment List - Occupational Listings - CE Support Contract PWS

Notice Date
9/17/2015
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-16-R-0002
 
Archive Date
10/16/2015
 
Point of Contact
Joshua J. Morell, Phone: 9375224520, Scott MacDonald, Phone: 9375224599
 
E-Mail Address
joshua.morell@us.af.mil, scott.macdonald.2@us.af.mil
(joshua.morell@us.af.mil, scott.macdonald.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Civil Engineer Lab Support Performance Work Statement Service Contract Act Occupational Listing and Job Descriptions Lab Equipment List SOURCES SOUGHT NOTICE (SSN); Not a Notice of Solicitation FA8601-16-R-0002 The United States Air Force, AFLCMC/PZIO Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Business (SB), 8(a), HUBZone, Economically-Disadvantaged Women-Owned, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This SSN is published for market research purposes only, to identify potential sources capable of planning, implementing and accomplishing specialized maintenance and support for Civil Engineer Facility and Equipment Support to Intelligence and Research and Development Activities at Wright Patterson Air Force Base, Ohio. The contractor shall provide all labor, services, equipment and materials (except as identified as Government furnished) necessary to provide support services as identified for each Lab Center located on Wright-Patterson Air Force Base in accordance with the requirements of industry standards, and applicable local, state, and Federal laws. A Draft Performance Work Statement (PWS) is attached. TECHNICAL REQUIRMENTS The Draft PWS and Attachment 1 Equipment List provide an estimate of the magnitude to be serviced at each location. As a reminder, these are drafts and estimates which are subject to be changed. The North American Industry Classification System (NAICS) code for this requirement is 561210 - Facilities Support Services, with a size standard of $38.5M. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. This requirement is for a seven month base period with potentially two one month option periods. Any information submitted by respondents to this sources sought notice is voluntary. This SSN is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. CAPABILITIES STATEMENT Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel, as outlined in the attached Draft PWS. Capability packages must not exceed 10 pages. Responses should include the following: •1. Company name, physical and mailing address •2. Point of contact with phone number and email address •3. Statement of your intention to submit a bid for this requirement as a Prime contractor •4. Statement of business size in relation to the size standard stated above •5. Provide Dun & Bradstreet (DUNS) number and Commercial and Government Entity (CAGE) Code •6. Statement of socio-economic status (e.g. large, small, 8(a), HUBZone, Service-Disabled Veteran-Owned small business, etc) •7. A statement as to whether your company is domestically or foreign owned or controlled (if foreign, please indicate the country), and whether use of any foreign national employees are contemplated on this effort •8. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided •9. Statement as to your capability (including financial) and capacity to perform and manage the work •10. Statement explaining how your company proposes to perform this work •11. Ability to provide an experienced, technically qualified staff to work on highly complex HVAC and electrical systems that meet the criteria of highlighted labor categories in WD 05-2419, attached to this SSN •12. Ability to ramp up & down labor force with workload changes •13. Acquire competent sub-contractors in a timely fashion •14. A safety program that will meet base VPP requirements •15. A robust Quality Control Program that identifies deficiencies w/o government intervention and the ability to correct promptly •16. Ability to perform market research for best material & part prices •17. Ability to prepare accurate & timely proposals and cost estimates •18. Capable of swift transitions with new contract awards •19. Ability to provide a reliable Information Management System with the capability to track the contract's equipment, maintenance actions, repair actions, associated costs, man power and to produce required reports •20. Statement clearly describing your related background and experience (last 5 years), to include contract numbers, project titles, dollar amounts, and points of contact •21. Provide prior experience with Government contracts, the Service Contract Act, and Davis Bacon Act •22. Companies ability to accept Government Purchase Cards (credit card capability) Advertising or marketing information is NOT appropriate. Responses may be submitted electronically to the following e-mail address: joshua.morell@us.af.mil and scott.macdonald.2@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA8601-16-R-0002, CE Lab Support Contract" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls or.xls documents are attached to your email. All other attachments may be deleted. Responses may also be mailed to: AFLCMC/PZIOBA ATTN: Joshua Morell 1940 Allbrook Drive, Suite 3 WPAFB OH 45433-5344 Email joshua.morell@us.af.mil Phone: 937-522-4520 Fax: 937-656-1412 ALL INQUIRIES AND/OR RESPONSES ARE DUE NO LATER THAN NOON, LOCAL TIME, ON 01 Oct 2015
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-R-0002/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03891518-W 20150919/150918000008-79bf9342653e5cc7809b43b88b48fdcf (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.