|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610Department of the Air Force, Pacific Air Forces, 15 CONS, 90 G Street,
Hickam AFB, HI, 96853-5230 R -- A-76 COST COMPARISON STUDY FOR AIR MOBILITY OPERATIONS CONTROL
CENTER (AMOCC) SOL F64605-00-R0015 POC Lynn Fujimoto, Contract
Specialist, Phone (808)449-6860x611, Fax (808)449-7026, Email
Lynn.Fujimoto@hickam.af.mil -- James Watanabe, Director of Contract
Operations, Phone (808)449-6860 x416, Fax (808)449-7026, Email WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F64605-00-R00
15&LocID=588. E-MAIL: Lynn Fujimoto, Lynn.Fujimoto@hickam.af.mil. On
October 29, 1999 it was announced under direction of the Department of
Defense andAir Force, that Air Mobility Operations Control Center
(AMOCC) Functions at Hickam AFB, HI are to be the subject of an A-76
Cost Comparison Study. The study will determine whether it is cost
effective for this requirement to be performed under contract. This
requirement shall not result in a contract if Government performance is
determined to be more advantageous. Pursuant to FAR 7.303, the
Government has synopsized the requirement on three separate occasions
(15 Dec 99, 20 Jan 00, and 25 Feb 00). In addition, a request for
industry comment on the draft Statement of Work (SOW) was issued on 01
Mar 00. This synopsis is a follow-on for this requirement. The
Contractor is to provide all personnel, equipment, tools, materials,
supervision, and other items and services necessary to perform AMOCC
functions as defined in the Statement of Work (SOW), except as may be
specified as Government furnished property or services. The 24-hour per
day major functions consist of the following: monitor/track status of
all Pacific Air Forces (PACAF), Air Force Reserve Component (AFRC),
transitory airlift and air refueling aircraft in the Area of
Responsibility (AOR) and PACAF assets in depot; monitor Distinguished
Visitor aircraft status; evaluate the impact of mission delays or
cancellations and coordinate with users, providers, and other agencies
to reschedule airlift; work short notice diplomatic clearances;
produce flight planning products (aircrew weather, generate and file
flight plans, alerting air crews); real-time mission management of
mobility aircraft; manage theater cargo and passenger movement;
coordinate air transportation requirements with PACAF staffs;
coordinate with Air Mobility Command (AMC) to maximize strategic
airlift; provide agile combat support to all PACAF enroute assets;
central management of validation, sizing, sourcing, and tasking of
command agile combat support resources; monitor and generate parts,
maintenance recovery teams, and transportation all off-station broken
aircraft; and provide information regarding intratheater assets to
Battle Staff during exercises and contingencies. The 8-hour per day,
40-hours per week major functions consist of the following: schedule
and execute DV missions; validate PACAF C-12/21 missions according to
regulation; manage PACAF Channel airlift structure; determine
frequency/requirements status for all airlift and air refueling
missions; coordinate use of airlift and air refueling with outside
agencies to maximize the use of intratheater airlift and air refueling;
schedule and direct PACAF theater airlift and air refueling assets
supporting contingency and combat exercises; and direct all fighter
asset movements throughout the Pacific. All Contractors must be
registered in the Centralized Contractor Registration (CCR) program in
order to receive a contract award from any DOD activity. Contractors
may access the Internet at http://www.ccr2000.com/ to register and or
obtain more information about the CCR program. This is an unrestricted
competition. The contract performance period is anticipated to run
from 01 Apr 01 through 30 Sep 01, with four one-year options. The
Standard Industrial Classification Code is 4512. The RFP, changes to
the RFP, and related information may only be downloaded from the
Electronic Posting System at http://www.eps.gov/. The solicitation is
anticipated to be available on or about 01 July 00. Posted 05/25/00
(D-SN458991). (0146) Loren Data Corp. http://www.ld.com (SYN# 0098 20000530\R-0011.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|