Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2021 SAM #7305
SOURCES SOUGHT

R -- Base Operations Support (BOS) at Forward Operating Location (FOL) - Curacao

Notice Date
11/29/2021 2:02:49 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
 
ZIP Code
23666
 
Solicitation Number
FA489022RCN02
 
Response Due
12/30/2021 9:00:00 AM
 
Archive Date
01/14/2022
 
Point of Contact
Anthony Bennett, Colin J. Pugh, Phone: 7572256521
 
E-Mail Address
anthony.bennett.12@us.af.mil, colin.pugh@us.af.mil
(anthony.bennett.12@us.af.mil, colin.pugh@us.af.mil)
 
Description
ACC AMIC/PKD SOURCES SOUGHT NOTICE This is a Sources Sought Announcement for INFORMATION PURPOSES ONLY. �ACC AMIC/PKD is performing this market research to aid in the development of its acquisition approach. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government.� Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation.� A solicitation does not presently exist. A. Mission United States Air Forces Southern (AFSOUTH), the designated air component of US Southern Command (USSOUTHCOM), requires base operations support (BOS) at forward operating location (FOL) Curacao in support of USSOUTHCOM, Department of Defense (DoD), U.S. State Department, and inter-agency counterdrug surveillance missions in the USSOUTHCOM area of operations. The Contractor is to provide BOS at this FOL in support of aerial counterdrug surveillance operations, mission planning, and execution. Support is required for permanently assigned personnel, equipment, and facilities as well as to deployed aircraft, personnel and equipment. B. Scope (reference Attachment 1) The Contractor shall also be responsible for program management and mission support. Support functions include: aircraft support equipment/servicing; maintenance and repair (M&R) of all Government furnished property and facilities (GFP/F) while meeting environmental compliance requirements; civil engineering support for facility sustainment, restoration, and maintenance, fire protection, utilities, environmental, and operations; communications support of network infrastructure, wireless systems, transmissions, information, and planning; logistics support of vehicle operations, vehicle maintenance, ground fuel, supply chain and traffic management; services support of lodging and custodial; and operations support, including airfield operations and management. The Government is seeking potential sources for a single award contract that is comprised of both Recurring Work and Non-Recurring Work Items for BOS Services with a base performance period of twelve (12) months, a potential of four (4) one-year option periods, and a six-month option period per FAR 52.217-8 which cumulatively will not exceed 66 months. In order for the USAF to better understand the capabilities of the vendors that deal with BOS support, please provide a capability statement(s) that clearly demonstrates your ability to perform the requirements outlined in the DRAFT Attachment 1 - Performance Work Statement (PWS) and address the questions below. The appendices referenced in Section E of the DRAFT PWS are not being provided at this time. Questions to Answer in Response to Sources Sought: � � �1. What is the name, address, CAGE code, and DUNS number of your business? � � �2. Provide a point of contact (POC) to include name, telephone number and email address. � � �3. 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 upon North American Industry Classification System� (NAICS) 561210 - Facilities Support Services, will be utilized for this acquisition. The small business size standard for this NAICS is $41.5M. Provide any additional NAICS code with justification that you would recommend as being more applicable. � � �4. Please provide your thoughts on whether subcontracting opportunities are available and what goals would be appropriate. Please include supporting rationale. � � �5. Identify any projects completed in the past five (5) years for the same or similar work to help determine your firm�s capability in meeting the requirements of the DRAFT PWS.� 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.� The Government is performing market research primarily in order to determine if there are firms that possess the capability, experience and interest in competing for the Base Operations Support (BOS) Service at the FOL Curacao. Therefore, we invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/content/home All responses shall be received by 30 Dec 2021 at 12:00 PM Eastern Standard Time (EST). Responses shall be no more than 10 pages (single spaced, front and back, no smaller than Times New Roman, font size 12). If submissions exceed the page count noted, the Government will only review the first 10 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Responses to this announcement shall be submitting in writing via email to Contracting Officer, Mr. Colin Pugh (email: colin.pugh@us.af.mil) and the Contract Administrator, Mr. Anthony Bennett (email: anthony.bennett.12@us.af.mil). The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement. Attachment 1 � DRAFT PWS FOL-BOS Curacao Support
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f1e44b743af143b1b5c29b5b1e4cb182/view)
 
Place of Performance
Address: CUW
Country: CUW
 
Record
SN06186962-F 20211201/211129230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.