Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2017 FBO #5707
SOURCES SOUGHT

X -- 308th Training Ops Center - Statement of Work

Notice Date
7/7/2017
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-17-Q-B188
 
Archive Date
7/29/2017
 
Point of Contact
Miranda S. Croom, Phone: 3214949958, Linda M Penuel, Phone: 321-494-7573
 
E-Mail Address
miranda.croom@us.af.mil, linda.penuel@us.af.mil
(miranda.croom@us.af.mil, linda.penuel@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Facility Statements of Work SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA2521-17-Q-B188 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 531120. The size standard for NAICS is 27.5M. SOW is attached. Salient Characteristics: Contractor shall provide one (1) x secure climate controlled staging area, (1) x climate controlled brief/debrief room, (1) x climate controlled room for packing/staging (1) x armory, (2) x dynamic collapse structure areas, (1) x drop zone, (1) x urban area for movement, (2) x building for scenario use, (1) x flood zone, a minimum of (2) x vehicles for extrication, and a facility logistics support personnel for (7) days of realistic pre-deployment training from 3-9 OCT. Move in date is 3 OCT 17 and move out date is 9 OCT 17. The overall intent of the training is to give the 308 RQS operators the ability to conduct full mission profile training while using adverse terrain and urban areas that cannot be performed in training anywhere else. The training will encompass planning, mission prep and execution of such operations and give a solid understanding of what is needed to conduct DBSL, High Altitude High Opening (HAHO), urban movement, survivor recovery, react to contact, mass casualty, extrication, working in natural disasters(collapsed structure and flood zone) within a 50 mile radius of Warner Robins AFB, GA to ensure quick transition of trainees equipment. a) Contractor must provide facility that is capable of providing a simulated urban environment for Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE), Domestic/International disaster relief operations, Humanitarian Response and USAR, Domestic/International Police/Special Operations, Multi-Agency, and Joint Operations Training. b) Contractor must provide Metroplex/Cityscape with built urban environment consisting of 1-3 story buildings (hotels, hospital, and restaurant), Full electrical and water supply, Finished EOC, Trailer park, and Football field. c) Contractor must provide multiple Helicopter landing zones, Drop zones for parachute operations, Simunitions/ Live Fire (Unit specific) capable. d) Contractor must provide three-level, fully functional emergency operations center with FAA-certified rooftop helipad (H60 rated). e) Contractor must provide full command and control capability for large exercise management, Common operational picture and exercise modeling and analysis for critical decision-making, f) Contractor must provide residential neighborhood, fully furnished homes designed with "safe room" with ability to flood residential neighborhood to depth of 8 feet. g) Contractor must provide contained/controlled run-off structures. h) Contractor must provide collapsed structures for full city-block of structural steel collapses, and full city-block of structural concrete collapses. i) Contractor must provide customizable rubble piles, cantilever and pancake floor systems, and manifold systems for role player/survivor rescue, flame, smoke, spark, and olfactory simulations. j) Contractor must provide facility capable of Full Mission Profile Exercises, Joint SOF/Inter-Agency FMP Capability. k) Contractor must be Live Fire/UTM MOUT and small boat cable. l) Training location must be located within 50 Miles of a C-130 capable airport m) Contractor shall provide secure climate controlled rooms for staging special gear. n) Contractor shall provide secure climate controlled rooms for packing parachutes. o) Contractor shall provide climate controlled rooms for brief/debriefs. p) Must have vehicles for extrication. q) The armory, staging area and TOC should be climate controlled. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! What is the purpose of the item(s): The overall intent of the training is to give the 308 RQS operators the ability to conduct full mission profile training while using adverse terrain and urban areas that cannot be performed in training anywhere else. The training will encompass planning, mission prep and execution of such operations and give a solid understanding of what is needed to conduct DBSL, High Altitude High Opening (HAHO), urban movement, survivor recovery, react to contact, mass casualty, extrication, working in natural disasters(collapsed structure and flood zone). 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice 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 evaluation 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 designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail addresses: 45cons.lgcb.e-bids@us.af.mil and miranda.croom@us.af.mil For any questions and concerns please contact Amn Miranda Croom 321-494-9958 miranda.croom@us.af.mil Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. RESPONSES ARE DUE NO LATER THAN 14 Jul 17; 3:00pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-17-Q-B188/listing.html)
 
Place of Performance
Address: 45 CONS, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04571244-W 20170709/170707235433-f364d07fdf847d2a7c1c1261ba4efafa (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.