Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

R -- Base Operations and Support Services (BOS) at Grissom ARB, Indiana -FA465417R0007

Notice Date
8/11/2017
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
FA465417R0007
 
Point of Contact
Mildred LaVelle Barnett, Phone: 4783270134, Cynthia Stephen, Phone: 7656882802
 
E-Mail Address
mildred.barnett@us.af.mil, cynthia.stephen@us.af.mil
(mildred.barnett@us.af.mil, cynthia.stephen@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Pre-Solicitation Notice. This notice does NOT constitute a request for proposal, request for quote or invitation for bid. Grissom Air Reserve Base has a requirement to manage and operate Base Operating Support (BOS) Services at Grissom ARB, IN. The project scope is a Service project requirement to manage and operate multiple functions at Grissom ARB, IN. Functions include: Base Supply, Vehicle Operations & Maintenance, Traffic Management Operations (TMO), Real Property Maintenance to include recurring services (Pavement Clearance, Pest Control, Facility Management & Grounds Maintenance), Fuels Management, Airfield Management and Weather Services. This contract will be subject to the Service Contract Labor Standards and Wage Rate Requirements (formerly Service Contract Act and Davis-Bacon Act respectively). The place of performance is Grissom ARB, IN. The solicitation will result in a contract being issued on an ALL or NONE BASIS to a single contractor; however, because of on-going in-sourcing discussion, the Government reserves the right to retain or perform any portion of this effort either at time of or subsequent to award. Evaluation of offers will utilize Low Price Technically Acceptable (LPTA) procedures IAW FAR 15.101-2. An anticipated award date is on or before 30 Nov 2017. The resulting contract will consist of a 12-months basic period, four (4) one-year option periods and a six (6) months extension of services period that may be exercised at the discretion of the government. This effort is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The solicitation will be posted on FedBizOps. All Amendments, Pre-Proposal Conference Minutes, Questions and Answers, etc to the solicitation will also be issued via FedBizOps. Any proposal submitted by a business that is not classified as a SDVOSB by the Small Business Administration will not be evaluated. A pre-proposal conference will be conducted at Grissom ARB on August 30, 2017. A maximum of two individuals per company will be permitted to attend. Please provide the names, title and contact information of all attendees via email prior to 23 August 2017 at 1300 EST to the following: Ms. Cynthia Stephen, cynthia.stephen@us.af.mil (765)688-2802. This information must be provided in advance to ensure access to the base/conference site. If you have not pre-registered you will not be granted admission to the pre-proposal conference. All contractors should report to the Contracting Office, Building 448, 1900 West Mustang Ave, Grissom ARB, Indiana no later 0900 on 30 August. This building is off base. After the briefing, you will board the bus for the 2.5 hr site-visit. The North American Industry Classification System (NAICS) code is 561210 and the Size Standard is $38.5M. The Contractor MUST meet requirements of Federal Acquisition Regulation (FAR) 52.219-14, entitled "Limitations on Subcontracting", by providing at least 50% of the work. The Air Force intends to award a single Firm Fixed Price (FFP) contract, with supporting Cost Plus Fixed Fee and Cost Reimbursement line items. All applicable provisions and clauses will be included in the actual solicitation. In accordance with FAR 4.1102 and FAR 52.204-7, entitled "System for Award Management", Prospective c ontractor shall be registered in System for Award Management (SAM) database prior to award of a contract. Registration requires offerors to have a DUNS number. Recommend registering immediately at https://www.sam.gov in order to be eligible for a timely award. Foreign companies are not allowed to participate in this requirement IAW AFFARS 5305.204 and AFI 16-201, Chapter 8.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/FA465417R0007/listing.html)
 
Place of Performance
Address: Grisssom Air Reserve Base, Grissom ARB, Indiana, 46971, United States
Zip Code: 46971
 
Record
SN04624855-W 20170813/170811231838-2ab112c620df1253a4915b10fd191573 (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  © 1994-2020, Loren Data Corp.