SOURCES SOUGHT
99 -- Base Operations Support Services � Air Education Training Command Enterprise Solution
- Notice Date
- 8/15/2024 5:20:27 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA3002 338 ESS CC JBSA RANDOLPH TX 78150-4300 USA
- ZIP Code
- 78150-4300
- Solicitation Number
- FA300224AETCBOS
- Response Due
- 8/23/2024 10:00:00 AM
- Archive Date
- 12/31/2024
- Point of Contact
- Scott Springer, Nadia Perez
- E-Mail Address
-
scott.springer.5@us.af.mil, nadia.perez@us.af.mil
(scott.springer.5@us.af.mil, nadia.perez@us.af.mil)
- Description
- 1.0 Purpose This document supports FA300224AETCBOS, Air Education Training Command (AETC) Base Operations Support (BOS) Services � Enterprise Solution Request for Information (RFI), and outlines details pertaining to the upcoming AETC BOS Industry Day to be held virtually via Microsoft (MS) Teams on August 28-29, 2024. Reoptimizing for the Great Power Competition calls for sweeping enterprise-wide changes and advancements in BOS and Base Maintenance (BM) in effort to maintain US Air Force and Space Force superiority. In response to the call to �reoptimize� into an enterprise prepared for high-end conflicts and long-term strategic competition, the 338th Enterprise Sourcing Squadron (ESS) will establish the first-ever AETC-wide strategically sourced Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for BOS services. The 338th anticipates the award of a 10-year MAC with 5-year individual Task Orders (TO) issued. Both centralized and decentralized ordering procedures will be available. The estimated magnitude is $4B. This requirement will include consolidating the existing scope of the five (5) BOS/BM contracts currently awarded to streamline future acquisitions processes IAW DAFI 63-138 to reduce workload and offer customers a viable solution when experiencing contractual performance issues. The AETC BOS IDIQ will be a MAC used for any AETC base requiring BOS support. The base contracts will offer all BOS/BM to the following AETC customers: Keesler AFB, Laughlin AFB, Maxwell-Gunter AFB, Sheppard AFB and Vance AFB. Additionally, this MAC can be used for any other AETC base that requires BOS contracted work for the Identified Service Areas below in 1.1. The current contract at Vance AFB expires 31 Mar 2028; therefore, Vance AFB will be the first TO issued off the $4B AETC BOS IDIQ MAC. �The 338th ESS is holding AETC BOS Industry Day to conduct market research and provide an opportunity to share ideas pertaining, but not limited, to the following areas: Contractor capability to support in multiple geographic locations simultaneously Fair Opportunity Proposal Requests (FOPR) to Proposal timelines Industry capacity to support all service areas identified in Section 1.1 Associated risk per service area to the success of a Multiple Award Contract (MAC) Service areas not identified by the Government that should be considered Technology and best practice considerations Viability of this type of contract vehicle for supporting BOS service requirements across AETC Interest in proposing for this type of contract Innovations toward Enterprise Solutions that will create efficiencies (data tools, platforms, approaches/processes, cross-utilization and any other technology, etc.) 1.1 Identified Service Areas All Services Facility Maintenance/Operations Weather Services Transient Maintenance Installation Engineering Transportation Resource Management Grounds Maintenance Human Resources Communications and IT Custodial Services Community Services Visual Information Emergency Management Purchasing Publication Management Vertical Transportation Equipment Supply/Logistics Installation Management Fire and Emergency Maintenance Airfield Management 2.0 Agenda & Scheduling Methodology for One-On-One Sessions A two-part Industry Day will be held. First, an informational session will be offered the morning of August 28, 2024 from 0745 to 1130 and will include all attendees. A5Q and 338 ESS representatives will provide contract overview and program requirements. To attend this joint informational session and receive the bidder's library documents, please register by emailing the attached Registration for Industry Day documents (Draft PWS and Questionnaire Template); scott.springer.5@us.af.mil, paul.lewis.16@us.af.mil, nadia.perez@us.af.mil and donna.sims.1@us.af.mil. Please identify if you would like to be part of a virtual one-on-one session in your response, and ensure you include your full name and email address in the registration email. A MS Teams Link will be sent to the email provided following the registration. Registration will open on August 14, 2024 and close at 1200 CST on August 23, 2024. Pre-session one questions are encouraged and shall be submitted prior to the registration expiration. Be prepared to submit all other session one questions via chat. All contractor questions will be read, and the Government will provide answers for all attendees to hear. See attached template for submitting questions. Second, following the joint informational session, the Government will conduct 30 minute virtual one-on-on sessions with those who expressed interest. The one-on-one sessions will be held on the afternoon of August 28 through August 29, 2024. Due to time constraints, the Government may not be able to meet with all interested vendors. Any briefing/read-ahead materials supporting one-on-one sessions must follow the guidelines outlined in Section 3.0. Not being selected for a one-one-one discussion does not preclude participation on the future contracting opportunity. The sole purpose of the Industry Day is to conduct market research and to determine innovative options available through the marketplace. � All contractor questions and Government provided answers will be posted via a consolidated list on SAM.gov. 3.0�� Expectations for one-on-one sessions � One-on-one sessions will be hosted by the government via MS Teams and led by industry RFI respondents. The intent of the one-on-one sessions is to further explore RFI responses and to discuss the focus areas listed in section 1.1 of this document. Criteria and guidelines for the one-on-one discussions are listed below: � One-on-one sessions will be 30 minutes and hosted by the Government via MS Teams platform Industry partners will have the opportunity to provide a summary of potential innovative, realistic, specific/and or actual examples of solutions/ideas for the development of this acquisition for BOS services Briefing/read-ahead materials shall not exceed 3 pages (PDF), in 12 pt. Times New Roman Font, double spaced or ten slides (Microsoft PowerPoint) Submit read-ahead documents to scott.springer.5@us.af.mil, paul.lewis.16@us.af.mil, nadia.perez@us.af.mil and donna.sims.1@us.af.mil by 23 August, 2024 at 1600 Central Standard Time The subject line for read-ahead email and question submissions is: AETC BOS (Industry Day) read-ahead/questions [company name] This notice is issued solely for information and planning (market research) purposes.� It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Conducting the Industry Day does not commit the Government to contract for any supply or service.� Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals.� Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this request for responses or participating in the Industry Day; all costs associated with responding to this request will be solely at the interested party�s expense.� Not responding to this request does not preclude participation in any future acquisition or RFP, if any is issued.� It is the responsibility of the vendor who is interested in any potential future solicitation(s) to monitor all sites for additional information pertaining to this requirement.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0f3b37622cfc4c91944cbcd13f7617c5/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07173150-F 20240817/240815230129 (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 |