MODIFICATION
M -- Eareckson Air Station
- Notice Date
- 12/12/2003
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F65501-03-R-0002
- Response Due
- 12/29/2003
- Point of Contact
- Charlotte Halstead, Contracting Officer, Phone 907-552-5699, Fax 907-552-81096, - Mary Howell, Contract Administrator, Phone 907-552-5153, Fax 907-552-2136,
- E-Mail Address
-
charlotte.halstead@elmendorf.af.mil, mary.howell@elmendorf.af.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- The following postings have been removed from the Eareckson Air Station (EAS) solicitation F65501-03-R-0002: -8 Sep 03 DRAFT EAS Performance Base PWS 01 -DRAFTs of PWS 01 through 06 Base Operations and Maintenance for EAS, ALASKA under the cognizance of Elmendorf AFB AK and AFPEO. 1.1 "3CONS" is issuing this request for information announcement F65501-03-R-0002 for Industry Comments. The Air Force strategy for O&M of EAS is to issue the RFP as a Competitive 8(a) Set-aside. The strategy is for Cost Plus Award Term/Award Fee contract type. The award term would result in a contract with a performance period of Basic year, plus 4 one-year options and 3 one-year award terms. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This acquisition strategy may change prior to final RFP release. This request for information does not commit the government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals, and will not accept unsolicited proposals or cost and pricing data. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party?s expense. If a solicitation is released, it will be published on the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2.1 Background: "3CONS" is seeking Industry comments on the proposed type contract and incentives, as indicated in above verses; present is Firm Fixed Price/Award Fee type of contract for base year and four one year options. The proposed strategy is a substantial change to the current contract. The objective is to establish an incentive for outstanding performance and mutually benefit the Air Force and the contracting partner. The current EAS Performance Work Statement (PWS) is posted so you can get an idea of the requirement. Industry is invited to propose other incentive strategies for government?s consideration. Request comments be submitted no later than 2 weeks from date of posting. POC is Charlotte Halstead/907-552-5699 or Mary Howell/907-552-5153. Requested Information: 3.1 White paper 3.1.1. The white paper is limited to a maximum of 10 pages in length. White papers in Microsoft Word for Office 2000 compatible format are requested via e-mail no later than 14 calendar days after the date of this announcement to Charlotte Halstead/3CONS/LGCZ at charlotte.halstead@elmendorf.af.mil. North American Industry Classification System (NAIC) code 561210, Facilities Support Services. The corresponding size standard is $30M. ?Small business concern? means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $30 million dollars in annual receipts. Annual receipts of a concern which has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern takes for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Responders are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 3.1.3 Requested Information: "8(a)" Firms and other commercial firms are hereby invited to provide their comments on their previous experience in cost plus award fee and award term type contract and demonstrate their ability to support all aspects of a cost reimbursable type contract. Responses should address previous experience that demonstrates understanding and capability in each of the elements below: (a). Cost plus award fee (b). Firm fixed price award fee and (c). Award Term Incentives 4.0. QUESTIONS. Questions in regard to this announcement shall be submitted in writing by e-mail only to charlotte.halstead@elmendorf.af.mil. Verbal questions will NOT be accepted. Questions will be answered via posting answers to the FedBizOps website; accordingly, questions shall NOT contain proprietary and/or classified information. The Government does not guarantee that questions received after 14 days after posted will be answered. 5.0 RESPONSE DATE: White papers are requested no later than 29 December 2003 at 14:00 Pacific Standard Time. Responses shall be submitted via e-mail only to charlotte.halstead@elmendorf.af.mil. 6.0 SUMMARY This is a REQUEST FOR INFORMATION (RFI) ONLY to obtain Industry comments for contract type and incentives for EAS Base Operations Support (BOS) solicitation. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment, or as authorization to incur cost for which reimbursement would be required or sought. It is emphasized that this is a Request for Information. It is not a Request for Proposal (RFP) of any kind, and it is not intended to guarantee procurement of these items/services. All submissions become government property and will not be returned.
- Place of Performance
- Address: Shemya Island, Alaska (operations). Air Force business and program managers are at Elmendorf AFB, Alaska.
- Record
- SN00488688-W 20031214/031212212118 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |