SPECIAL NOTICE
H -- EGLIN OPERATION AND MAINTENANCE SERVICES (EOMS) II REQUEST FOR INFORMATION (RFI) No. 1
- Notice Date
- 8/15/2023 6:38:28 AM
- Notice Type
- Special Notice
- Contracting Office
- FA2486 AFTC PZZC (EGLIN) EGLIN AFB FL 32542-6883 USA
- ZIP Code
- 32542-6883
- Solicitation Number
- FA248623RB001
- Response Due
- 9/15/2023 2:00:00 AM
- Archive Date
- 09/30/2023
- Point of Contact
- Ronald Wilson
- E-Mail Address
-
ronald.wilson.22@us.af.mil
(ronald.wilson.22@us.af.mil)
- Description
- THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government�s requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm�s ability to submit an offer if, or when, a solicitation is released. Foreign participation will not be authorized if, or when, a solicitation is released. The requested information is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Formal notices will be posted on SAM.gov website, https://sam.gov/content/home.� A .PDF version of this RFI is included in the Attachments. GENERAL INFORMATION: The Eglin Operation and Maintenance Services (EOMS) II Program is in the process of developing the acquisition strategy for the follow-on to the current EOMS contract, FA2486-16-C-0002, to be known as EOMS II. Services may be performed at the following locations: Eglin Test & Training Complex and deployed locations. In addition to these locations, the EOMS II Program is considering the possibility of including similar workload performed at other facilities associated with the ETTC, the Air Force Test Center (AFTC) enterprise, as well as other Geographically Separated Units � locations TBD. �The current Cost-Plus-Award-Fee (CPAF)/Cost-Plus-Fixed-Fee (CPFF) contract was awarded under a full and open competition for all work described in Attachment 1, EOMS Performance Work Statement (PWS); however, the EOMS II Program is assessing all strategy options and contract types for the EOMS II acquisition. The EOMS II Program anticipates a possible term of up to 10 years, possibly including options. Contract start date is targeted for 01 April 2026. BACKGROUND:� The purpose of the EOMS II Program is to provide operation and maintenance services in support of research and development, test and evaluation, and training missions involving military aerospace equipment and military weapons. The new EOMS II procurement is for work similar to that described in Attachment 1, EOMS PWS including operation, maintenance, and improvement of facilities, equipment, and instrumentation that support mission preparation, design, execution, and data production. Major support areas include General Support Services, Range Support Services, Range Instrumentation Systems, Explosive Test Facilities, and Major Ground Test Facilities (MGTFs).� Note that the Landing Gear Test Facility, Air Vehicle Survivability Facility, and National RCS Test Facility are anticipated to be removed from the EOMS II scope. Further, the EOMS PWS is subject to major modifications and is being provided �as is� to describe notional scopes of work.� While most test and training activities will occur at Eglin AFB, some may require support at other locations both inside and outside the continental United States. PURPOSE:� This RFI is issued for the purpose of communicating the EOMS II Program�s requirements to industry. The EOMS II Program intends to use information gathered from these interactions to gain an awareness of capabilities, determine interested parties, and to support formulation of an acquisition strategy. �Early industry involvement is critical to the success of this contemplated acquisition. 1. Complete Attachment 3, Discipline Area Table, below for each Attachment 1, PWS Element in accordance with the below instructions.� Use additional pages as necessary for additional narratives: a. Capable � Is this a capability of your company that you could perform? If you have only a partial capability, indicate the extent of the capability. b. Interested � Is your company interested in potentially competing for this portion of the effort? c. Total Experience � How many years has your company performed this type of work? d. Government Experience � How many years has your company performed this type of work on a Government contract?� Provide contract numbers and applicable NAICS code. e. Recommended Contract Type � What contract type would you recommend for this portion of the work (e.g., Cost-Plus-Incentive-Fee (CPIF), Firm-Fixed-Price (FFP), CPAF, etc.)? Please explain your reasoning. 2. Provide any recommendations regarding possible acquisition strategy, options, and contract types for the EOMS II acquisition. 3. Describe any involvement your company has had in contracts similar in nature to the areas in which you have expressed an interest. 4. Is your company capable of simultaneously managing complex operations and supporting efforts at Geographically Separated Units not located at Eglin AFB where established procedures may differ? If not, please explain. 5. To be worthwhile to your company, what is the minimum contract length you would recommend for this work? �What are your recommendations for contract periods? 6. Would you participate in the acquisition with other firms as teaming members or joint ventures? 7. Suggest opportunities for Government/industry and/or industry/industry partnerships, particularly: a. Teaming arrangements b. Privatization opportunities and risks 8. The current EOMS program requires a vehicle fleet of approximately 360 general purpose, construction, material handling, and special purpose vehicles.� For a fleet of this size and purpose, suggest recommendations for whether these vehicles should be Government- or contractor-furnished, and whether owned or leased programs are preferred. 9. What quality assurance processes does your company employ (e.g., ISO 9001, AS 9100, or other)? 10. The proposed North American Industry Classification System (NAICS) code for this effort is 541330. When you respond to this RFI, identify the NAICS code you think is appropriate for the areas in which you have expressed an interest and indicate if you would prefer to perform the work as a prime contractor or subcontractor. 11. How many employees does your company have? 12. Attached is the current EOMS Performance Work Statement (PWS) for your reference. ����������� a. Provide any issues/concerns/challenges you have with the current PWS.� �� ����������� b. Do you have any specific recommendations for improvements? 13. Attached is the current EOMS Organizational Conflict of Interest (OCI) clause for your reference (Attachment 2). a. Comment on any issues/concerns/challenges you have with the current wording of the clause. b. What should the Government be considering in terms of possible changes to this clause? 14. Reducing the cost of operations will likely be necessary given projected future budgets. Provide examples of how your company successfully reduced costs and why that experience may be useful here. 15. Describe what you think are barriers to innovation and modernization in a Government test and evaluation environment. 16.� Provide examples of innovative techniques and/or solutions that you have implemented resulting in efficiencies and improvements.� 17. Describe your experience managing sags and surges in a dynamic mission environment for a large multi-skilled, highly qualified, flexible workforce (including sub-contracted workforces and insights into market trends). 18. What topics would you like to have discussed in future Government/contractor meetings? Include the following with your response: -Name and address of firm -Point of contact, telephone number and email address - Unique Entity ID -Interest in scheduling short one-on-one meeting(s) with the Government -Average annual revenue for the past three years and number of employees -Business size based on the recommended NAICS (per question 10). If a small business, please indicate any applicable categories (i.e., Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Historically Underutilized Business Zone, Small Disadvantaged Business). -Affiliate information: --Parent company, Joint venture partners --Potential teaming partners.� Please list any potential partner/major subcontractor you would team with that would potentially perform 10% or more of the effort. -Submit any additional comments or suggestions that you would like to share with us regarding this acquisition. All responses must be in Microsoft Word format and shall be no more than 20 double-spaced pages in length (8.5""x 11"", using not smaller than a 12 point font). Email your responses to the EOMS II Procuring Contracting Officer (PCO), Mr. Ronald Wilson, at ronald.wilson.22@us.af.mil by close of business on 15 Sep 2023. Note that official information regarding this acquisition will be provided by the PCO. Any information received from other sources should not be relied upon as official. Any comments/responses received from industry pertaining to this RFI will NOT be posted on public web sites. 3 Attachments 1. Current Performance Work Statement, Eglin Operation and Maintenance Services 2. Organizational Conflicts of Interest Clause 3. Discipline Area Table
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/201546e39b7941eb872abb47f80dda6f/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN06790456-F 20230817/230815230101 (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 |