Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
SOURCES SOUGHT

99 -- FA8051-16-CE Materials

Notice Date
9/22/2015
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8051-16-R-0001
 
Archive Date
11/6/2015
 
Point of Contact
Michele Romanach, Phone: 850-283-6529, Jeremy Morrill, Phone: 8502836824
 
E-Mail Address
michele.romanach.1@us.af.mil, jeremy.morrill.1@us.af.mil
(michele.romanach.1@us.af.mil, jeremy.morrill.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI)/Sources Sought For Air Force Civil Engineering Materials and Processes Support Contracting Office Address: 772 ESS/PKD, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, FL 32403-5323 1. DESCRIPTION THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or imply the Government's intent to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals and will not accept unsolicited proposals at this time. Interested vendors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any are issued. If a solicitation is released, it has not yet been determined if it will be synopsized through the Government point of entry, Federal Business Opportunities website (https://www.fbo.gov/) or GSA OASIS (https://www.ebuy.gsa.gov/advantage/ebuy/start_page.do). It is the responsibility of interested vendors to monitor these sites for additional information pertaining to this requirement. 2. INTRODUCTION The Air Force Civil Engineer Center (AFCEC), Tyndall Air Force Base (AFB), Panama City, Florida, is seeking to identify qualified vendors who can provide support for Research, Development, Test and Evaluation (RDT&E) and other technical activities related to the acquisition of new and future materials and processes that advance AF Civil Engineering (CE) capabilities. Within AFCEC, the Airbase Acquisition Branch (CXAE) serves as the focal point for enterprise-wide development and acquisition of advanced CE materials and processes, e.g., aircraft operating surfaces, hardened infrastructure, installation energy and utilities, explosive ordnance disposal, fire and emergency services, force protection, robotics & automated systems, and expeditionary engineering. In addition, CXAE provides AF investment and acquisition decision makers with world-class, science and engineering-based recommendations regarding materials, processes and technologies for in-garrison, expeditionary, and contingency installations and air bases. Specifically, AFCEC is seeking interested vendors that can provide technical and subject matter expertise for execution of CE materials and process RDT&E, evaluation of new or improved AF operations and maintenance (O&M) capabilities involving insertion of materials and processes, and evaluation of new materials and processes being procured for the AF CE mission. The technical work that is anticipated involves contractor personnel operating in laboratory and field environments where chemicals and other hazardous materials are used. The primary location for execution of technical work sought under this RFI will be at the AFCEC laboratories and facilities located at Tyndall AFB, FL. Interested vendors should have experience with providing, managing, training and retaining multi-disciplined and highly-skilled teams of scientists and/or engineers and technicians for similar government requirements. Disciplines needed include chemists, microbiologists, chemical/biochemical/civil engineers, and laboratory technicians. 3. REQUIREMENTS Interested vendors should identify their experience with providing highly-skilled, multidisciplinary teams of scientists and/or engineers, and technicians for the purpose of conducting technical work including highly complex RDT&E. In particular, they should identify efforts or contracts where they have performed such work as a member of a government-contractor team using Government-owned facilities and equipment. Interested vendors are asked to provide a list of relevant efforts, the sponsoring agency and point of contact (if available), and the period of performance. Emphasis should be placed on efforts completed within the past five (5) years. Interested vendors are encouraged to provide a table of qualifications for representative personnel by labor category. Qualifications should include academic degree, academic specialty, years of experience, and total number of technical publications in the past five (5) years. Resumes are not required, but if provided as part of this RFI, they will not count against the page count limitation. Due to the nature of RDT&E and related technical work, the Government envisions the need for full-time, on-site support contractor personnel at Tyndall AFB, FL. Contractors performing work at Tyndall AFB, FL will be provided Government furnished office space and automated data processing and communications equipment. Highly technical, on-site work will require that contractors work closely with their Government client. Please provide the Government with any lessons learned, best practices, etc. that have been experienced and realized when working technical contracts with similar on-site requirements. This information can include contract type, length of contract, quality control procedures, etc. Interested vendors should provide a description of their corporate facilities and reach back capabilities. They should also describe their capabilities to obtain and maintain security clearances for personnel up to the Secret classification level. 4. RESPONSES Interested vendors are requested to respond to this RFI with a capability statement no later than 22 October 2015 Interested vendors are also encouraged to provide a table of qualifications for representative personnel by labor category. Responses shall be limited to five (5) pages including tables and figures. Margins shall be 1 inch each side, lines should be single spaced and text should be no smaller than 12 point font (Times New Roman preferred). Resumes are not required, but if provided as part of this RFI they will not count against the page count limitation. Proprietary information, if any, should be minimized and must be clearly marked. To aid the Government, please segregate proprietary information. Be advised that all submissions become Government property and will not be returned. Submissions will be reviewed by Government personnel only and will not involve AFCEC support contractors. 5. SUBMISSION INSTRUCTIONS Responses will be only accepted in PDF format via e-mail to Michele Romanach, Contract Specialist, at michele.romanach.1@us.af.mil and Jeremy Morrill, Contracting Officer, at jeremy.morrill.1@us.af.mil. 6. CONTACT INFORMATION All inquiries and questions related to this RFI should be sent to Michele Romanach, Contract Specialist, at michele.romanach.1@us.af.mil, (850) 283-6529, and Jeremy Morrill, Contracting Officer, at jeremy.morrill.1@us.af.mil, (850) 283-6824. 7. ADDITIONAL MATERIALS/INFORMATION Contractors who can provide these services should submit in writing an affirmative response which includes as a minimum the following information: a. What is the name of your business? b. What is your business address? c. Provide a point of contact (POC) to include name, email, and phone number d. Your CAGE code and DUNS number. e. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market? f. Specify your business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman owned small business, veteran owned small business, service disabled veteran owned small business) based on NAICS codes 541711 - Research and Development in Biotechnology; and 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology); and 541990 - All Other Professional, Scientific, and Technical Services (Specify all that apply). Small businesses are strongly encouraged to participate and provide responses to this RFI. g. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513. h. Identify any projects completed in the past five (5) years for the same or similar items to help determine your firm's capability in meeting the requirement for the items listed in the attached spreadsheet. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. i. Are you currently a contractor on GSA's One Acquisition Solution for Integrated Services (OASIS) or the OASIS Small Business (SB) contract? If so, please specify which contract and which pool(s) you are in. j. Provide information about any current Federal Government contract(s) you were awarded that could fulfill/covers the scope this requirement. Please include the following: -Contract number -Agency contract was written by -Points of contact (company and Government) -Type of contract (firm-fixed price, cost reimburseable, time and materials, etc.) k. What are your firm's policies regarding intellectual property obtained during the course of executing a government contract? l. What are your firm's policies regarding intellectual property obtained during the course of executing a government contract on a government facility? m. What information within this RFI or what information missing from this RFI would tend to preclude you from responding to a subsequent RFP? n. What are some lessons learned with previous contracts for this or similar items? The North American Industry Classification System Codes (NAICS) that will most likely cover these future requirements are 541711, 541712, and 541990. DISCLAIMER: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR OTHERWISE PAY FOR INFORMATION RECEIVED IN RESPONSE TO THE RFI. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to the RFI that is marked "Proprietary" will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned nor will the Government confirm receipt of the RFI response. The information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ffd915dea41c95fa23d1ffe99f670c54)
 
Place of Performance
Address: Tyndall AFB, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03898028-W 20150924/150922235650-ffd915dea41c95fa23d1ffe99f670c54 (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.