|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,2000 PSA#2543Department of the Air Force, United States Air Force Europe, 48
CONS/LGC, RAF Feltwell, Unit 5070 Box 270, RAF Feltwell, UK,
09461-0270 M -- TRANSIENT AIRCRAFT SERVICES SOL Reference-Number-A-76 DUE 033100
POC Abner Devallon, Flight Commander, Phone 226-7181, Fax 226-7192,
Email abner.devallon@lakenheath.af.mil -- Paul Violette, Contract
Specialist, Phone 011 44 1638 527076, Fax 011 44 1638 527192, Email
WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=Reference-Num
ber-A-76&LocID=785. E-MAIL: Abner Devallon,
abner.devallon@lakenheath.af.mil. DESCRIPTION: This is an updated
Sources Sought Notice. The 48th FW Manpower and Organization Office at
RAF Lakenheath, United Kingdom is seeking potential sources, under OMB
Circular A-76 Cost Comparison Studies, to conduct commercial management
and operations of the Transient Aircraft Services at RAF Lakenheath and
RAF Mildenhall in the United Kingdom. The purpose of this synopsis is
to assess the commercial industry base for these services as well as
solicit industry participation as we finalize our requirement.
Interested industry experts are encouraged to partner with the
Government as we develop a quality statement of work (SOW) which
incorporates realistic commercial industry performance standards and
best practices while satisfying government requirements. The Government
solicits industry comments and/or inputs on the proposed SOW to include
the proposed performance standards and contract type. The Government is
considering a Fixed Price-Award Fee Contract and seeks industry
comments. The Government will make copies of the draft SOW available to
interested firms. The final SOW and resulting contract must ensure a
transparent transition from Government to contractor operations. The
work includes providing management control services, arrival services,
replenishing services, departure services, emergency services, and
special event/exercise services for transient aircraft. The company
must have the infrastructure and work force to support operations at
the two locations listed above. The decision to retain in-house
resources or to outsource will be made on the basis of information
submitted from interested parties as well as that gathered from other
sources. In the event that it is found to be advantageous for the
Government to outsource the work described above, formal solicitation
will be issued to interested firms who respond to this sources sought
synopsis. The contract period of performance for this service will be
for one basic year beginning in April 2001 with four (4) initial
one-year option periods. This notice does not constitute an Invitation
for Bid or Request for Proposal and is not to be construed as a
commitment by the Government. The Government will not reimburse
contractors for any cost incurred for their participation in this
Sources Sought. Any company interested in submitting literature on
their capabilities, past performance, and/or price estimates for use in
the cost comparison should provide their company name, address, and
point of contact to the address shown above, Attn: Capt Devallon. Do
not send via UPS or Federal Express. No telephone, facsimile, or
electronic submittals will be accepted. The Government will not pay for
information received. The Government reserves the right to retain the
work in-house and make no contract award. The Government respects all
commercial proprietary rights. No information provided to the
Government will be released to other firms. Everything submitted will
become the property of the United States Posted 02/22/00 (D-SN427232).
(0053) Loren Data Corp. http://www.ld.com (SYN# 0044 20000224\M-0002.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|