SOURCES SOUGHT
S -- Base Operations Support (BOS) Contract - Tyndall AFB
- Notice Date
- 12/9/2021 4:24:57 PM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA4819 325 CONS PKP TYNDALL AFB FL 32403-5521 USA
- ZIP Code
- 32403-5521
- Solicitation Number
- FA481922RBOS1
- Response Due
- 1/7/2022 11:00:00 AM
- Archive Date
- 01/22/2022
- Point of Contact
- 2d Lt Jessica Cleaver, Matthew Lahr
- E-Mail Address
-
jessica.cleaver.1@us.af.mil, matthew.lahr.3@us.af.mil
(jessica.cleaver.1@us.af.mil, matthew.lahr.3@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The Department of the Air Force, 325th Contracting Squadron (CONS), is seeking sources for a contemplated Base Operations Support (BOS) services contract for Civil Engineering (CE) Operations at Tyndall Air Force Base as well as seeking industry feedback concerning the attached DRAFT Performance Work Statement (PWS).� The current requirement is in the 8(a) Program.� Under FAR 19.203(c), if a requirement has been accepted by the Small Business Administration (SBA) under the 8(a) program it must remain under their program until the SBA agrees to release it.� Therefore the Government is seeking industry input from only SBA 8(a) Business Development Program sources at this time. The 325th Contracting Squadron is in the process of determining the acquisition strategy to obtain non-personal services for the Tyndall AFB Base Operations Support (BOS).� The Government is seeking potential sources for firm fixed price contract for BOS Services with a base performance period up to twelve (12) months, and a potential of four (4) one-year option periods, which cumulatively will not exceed sixty-six (66) months. For this requirement, the contractor's tasks shall include, but are not limited to: Building and Structure Maintenance; Surface Area Maintenance; Utility Systems Operation and Maintenance (O&M); HVAC Systems O&M; Dining Facility Maintenance; and Pest Control. The contractor is also responsible for all contractor planning, programming, administration, management, and execution necessary to provide specified services. DISCLAIMER: This sources sought notice is for informational purposes only and IS NOT a request for proposal.� It does not constitute a solicitation and shall not be construed as a commitment by the Government.� Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement.� The Government will not be responsible for any costs incurred by interested parties in responding to this notice.� Any information submitted by respondents is strictly voluntary.� Contact with other than 325 CONS Government personnel by potential offerors or their employees regarding this project is prohibited. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 561210, Facilities Support Services, with the corresponding size standard of $41.5 million. Interested parties must be registered under NAICS 561210 in SAM (System for Award Management) at www.sam.gov. VENDOR RESPONSE/REQUIRED CAPABILITIES: It is requested that vendors respond to this sources sought notice with information in sufficient detail regarding their capabilities and capacity to satisfy the requirement for performing BOS services.� When addressing question #10 below, please indicate the contract type and period of performance for similar services. SUBMISSION DETAILS/INFORMATION SOUGHT BY THE GOVERNMENT: Responses to Part A and Part B are not to exceed 25 pages. Responses to Part C shall be submitted using the attached excel spreadsheet. A. COMPANY PROFILE. To include: (1) Company name and address (2) Names of two principals to contact (including title, telephone and email addresses) (3) DUNS number (4) CAGE Code. (5) Business Size (i.e., Small Business, Other than Small). (6) Socio-Economic 8(a) Program status (7) Approximate annual gross revenue (8) Brief information on capabilities to finance, mobilize, and manage large service contracts. (9) NAICS code(s) the company usually performs under. B. RELEVANT EXPERIENCE. Include experience in performing efforts of similar size and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title (2) Name of Contracting Activity (3) Administrative Contracting Officer�s Name, Telephone Number and/or email address (4) Contracting Officer�s Technical Representative or Primary Point of Contact, telephone and email address (5) Indication of whether your firm acted as prime or subcontractor (6) Contract Period of Performance and Contract Value (7) Brief summary of work performed and how it relates to the technical services described herein. C. DRAFT PERFORMANCE WORK STATEMENT (PWS) (ATTACHED). 325 CONS is interested in obtaining industry inputs regarding PWS requirements, including but not limited to: (1) Identification of areas requiring additional explanation (2) Potential future issues (3) Areas that could be refined to provide a clearer understanding of the requirement (4) Identification of any areas that you believe are non-commercial Questions will be answered and uploaded in a future attachment to this posting.� No company specific information will be provided.� Please e-mail all comments, suggestions, and questions to 2d Lt Jessica Cleaver, Contracting Officer, at jessica.cleaver.1@us.af.mil, Mr. Matt Lahr, Contracting Officer, at matthew.lahr.3@us.af.mil, and Mr. Scott Dubuque, Flight Chief, at scott.dubuque@us.af.mil. It is the interested parties� responsibility to confirm Government receipt of their submission.� Interested parties are encouraged to reach out to the Contracting Officer prior to the deadline to request a DoD SAFE link for large files. Please provide responses and industry feedback to this notice via e-mail to the recipients identified above or through DoD SAFE by 1:00 pm Central Standard Time (CST), Friday, 7 January 2022.� Capability packages must demonstrate your ability to perform the service requirements identified in the Draft PWS.� ***Note: Appendix O - CE Playbooks is a large file and will not upload to sam.gov.� Interested parties may request a DoD SAFE link if they would like to obtain a copy.*** We appreciate your interest and thank you in advance for responding to the questions included in this notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7d22c464b5894c5bbc77227b4de2ac95/view)
- Place of Performance
- Address: Tyndall AFB, FL 32403, USA
- Zip Code: 32403
- Country: USA
- Zip Code: 32403
- Record
- SN06195348-F 20211211/211210201447 (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 |