COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5, 2000 PSA #2740
SOLICITATIONS
J -- REQUEST FOR INFORMATION FOR AIRCRAFT MAINTENANCE, SUPPLY AND TRANSPORTATION SERVICES AT TYNDALL AIR FORCE BASE, FL
- Notice Date
- December 1, 2000
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
- ZIP Code
- 78150-4302
- Solicitation Number
- F41689-01-R-0004
- Response Due
- December 26, 2000
- Point of Contact
- Mary Habib, Contracting Officer, Phone 210-652-3073, Fax 210-652-3445, Email mary.habib
- E-Mail Address
- Mary Habib (mary.habib)
- Description
- The Contracting Squadron of the Air Education and Training Command (AETC CONS), Randolph AFB, TX is in the process of determining the acquisition strategy for Aircraft Maintenance Services, and Supply and Transportation Services at Tyndall AFB, FL. This is a request for information and not a formal solicitation. Any formal solicitation will be announced separately. The aircraft maintenance services include on and off equipment maintenance for F-15 and F-22 aircraft (fabrication, accessories, electro-environmental, aero repair, wheel and tire) weapons delivery systems, engines, and associated ground equipment/general support. Also included is operating the Precision Measurement Equipment Laboratory (PMEL), maintaining aerospace ground equipment (AGE), and providing custodial services for maintenance facilities. There will also be maintenance requirements in support of mobilization and deployment supporting Air Force worldwide objectives. Supply requirements in support of the aircraft at Tyndall AFB include the management and operation of the supply and fuels functions, such as management of requisition, receipt, storage, issue, of petroleum fuels and cryogenic products. Transportation requirements in support of the aircraft and personnel at Tyndall AFB include traffic management, combat readiness, vehicle maintenance, vehicle operations, mobility deployment, disaster preparedness, exercises and contingencies. The total period of performance will be seven to eight years, structured by a basic contract period and up to seven option years. We anticipate issuing two solicitations. The solicitation for Aircraft Maintenance will be unrestricted, and is expected to result in one contract award. We reserve the right to consider a set aside based on responses to this notice, and invite small businesses to see questions four through eight below. The contract type is anticipated to include a fixed pricing mechanism for requirements with historical workload data, such as the F-15 support, a cost-plus pricing mechanism for the newer F-22 requirements, and an incentive arrangement. The NAICS Code is 488190. We are particularly interested in comments from industry on the following: 1. Contract Incentive Type. Please identify your reasoning for the most appropriate incentive and contract type. What kinds of incentives does your firm use to motivate performance by your suppliers or service providers? What risks do you foresee regarding Aircraft maintenance performance at Tyndall AFB? Contracting methods available for use are identified in Part 16 of the Federal Acquisition Regulation (http://farsite.hill.af.mil). 2. How does the marketplace generally contract for these services? What contract types are the most common and effective? Which aircraft maintenance services are suitable for small business subcontracting opportunities? 3. Any other comments regarding our course of action and/or alternatives are encouraged and appreciated. We anticipate that the solicitation for Supply and Transportation Services will be issued as a firm-fixed price, small business set-aside under NAICS Code 488119. We reserve the right to consider a small or small disadvantaged business set aside based on responses to this notice. To support the decision to set aside the Supply and Transportation Services, we are seeking responses from small business concerns on the following. Please provide detailed written information supporting your capability to perform the supply and transportation services at Tyndall AFB. In addition to questions one through three above, please include: 4. Your degree of relevant experience in providing the full range of fuels supply and transportation services. 5. Would you participate in this acquisition with other firms as team members/joint ventures? If your firm is primarily involved in transportation, would you use a team or joint venture for the supply portion? If your firm is primarily involved in supply/fuels, would you use a team or joint venture for the transportation portion? What other teaming opportunities do you see for the supply, transportation or aircraft maintenance parts of this acquisition? 6. How do you see the evaluation of team members being conducted? 7. Your relevant past corporate and Government experience with similar contract requirements. Please include contract numbers and points of contact. 8. State your business size. Please submit your information via electronic mail by 12:00 p.m. CST on 26 December 2000 (earlier responses are encouraged) to Mary Habib, Contracting Officer, at mary.habib@randolph.af.mil. Perspective Offerors must have the financial backing to defray mobilization and operating cost for approximately ninety (90) days. Internet and e-mail capabilities are mandatory. Central Contract Registration (CCR) is mandatory.
- Web Link
- Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=F41689-01-R-0004&L=467)
- Record
- Loren Data Corp. 20001205/JSOL014.HTM (D-336 SN5078U4)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on December 1, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|