Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2008 FBO #2511
DOCUMENT

M -- Tyndall Supply, Transportation and Fuels - Market Research Questionnaire

Notice Date
10/9/2008
 
Notice Type
Market Research Questionnaire
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-09-R-0010
 
Point of Contact
Gary P. Newton,, Phone: 2106522444, Charles D Wingerter,, Phone: 210-652-3424
 
E-Mail Address
gary.newton@randolph.af.mil, charles.wingerter@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI): The Air Education and Training Command (AETC) Contracting Squadron is seeking information concerning the availability of capable contractors to provide non-personal services for Base Operating Support (BOS) at Tyndall AFB, FL for the period of 1 Oct 09 through 30 Sep 10, with four one-year options. The purpose of posting this RFI is to locate interested businesses that are experienced in BOS services and capable of performing the requirements at Tyndall AFB, FL. This RFI shall not be construed as a formal solicitation, or as an obligation on the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting, is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation will be executed and posted separately at a future date. The Air Force is interested at this point, only in identifying interested and capable contractors for this service, as part of the market research effort. The tentative solicitation issue date is to be determined. The Government will award one contract to satisfy this requirement. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. Contact with Government personnel by potential offeror's or their employees regarding this project is strictly prohibited. The contracting officer will endeavor to post all information regarding this solicitation as soon as it becomes available. Comments and information on the following areas are requested: (1) Company Cage Code, DUNS, name, address, point of contact and applicable telephone numbers and e-mail addresses; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUBZone, veteran-owned, women-owned, etc.). If large business, so state; (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a service contract of this magnitude; (7) If you indicated your roll will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale; and (12) Please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Tyndall AFB, FL. Request responses be provided no later than 03 Nov 08. The Government is under no obligation to consider information received after 03 Nov 08 as part of the formal market research for this acquisition. The planned North American Industry Classification System (NAICS) code is 561210 (Facilities Support Services), with the applicable small business size standard of $32.5 million in annual gross receipts. An electronic response is the accepted method. Future information on this acquisition (draft Performance Work Statement (PWS), solicitation, etc) will be posted on the Federal Business Opportunities website (www.fbo.gov), and when available, can be found by typing FA3002-09-R-0010 in the ‘Quick Search' box in the upper left-hand corner. Information contained in this sources sought synopsis may be subject to change. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes. Note: This requirement was previously posted under FA481909TYNRFI by the 325CONS, Tyndall AFB, Fl. AETC CONS will be the Procuring Activity for this revised effort. Requirement: (Note: The description is a summary of the required services and is not intended to be all-inclusive). Description of Services Applicable to all services: Services shall be performed in accordance with (IAW) the objectives and responsibilities outlined in Public Law, DoD Air Force (AF) series directives as well as AETC Wing Base instructions, regulations, plans and applicable equipment and or general support technical orders data. a. Provide all vehicles, equipment, tools, and supplies unless specified in the Performance Work Statement (PWS) as Government furnished or provided. b. Perform all required Resource Management functions to include development, preparation, submission, and maintenance of financial plans and budgeting estimates IAW the objectives and responsibilities outlined in Public Law, DoD Air Force series directives, applicable AETC Wing Base instructions, regulations, and plans as stated above. c. Perform all computer workgroup management responsibilities within each functional area for all Government provided equipment. d. Perform records management for all generated and received Government documents. e. Perform in an environmentally acceptable manner. f. Establish an occupational health and safety program for employees which comply with the Occupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting OSHA Standards 29 CFR 1910 and 1926, including applicable DOD and Air Force Safety Guidelines required to protect Government resources and the general public. Comply with Air Force Occupational Safety and Health (AFOSHSTD) Standards only to the extent required to protect AF resources (facilities, equipment, and AF personnel) and the general public. g. Comply with all base security requirements. A secret clearance may be required in some work areas. Base Operating Support (BOS) services. Provide operating support to the base populace and assigned units as described below. a. Supply: The requirement is to provide a broad range of supplies, equipment, mobility bags, clothing, weapons and other materials required to support the 325th Fighter Wing, associated units, and DoD agencies located in the Tyndall AFB, FL area of responsibility. Services provided must meet mission requirements. Air Force standard supply automated data systems (ADS), replacements, and supplementary systems as required to track and manage supplies will be utilized. A key requirement is to provide immediate support for short notice or no-notice deployments, contingencies, and exercises for supported organizations. Account for, order, receive, issue, ship, and inspect authorized assets utilizing Supply ADS. Air Force standard information systems for tracking and managing assets will be utilized to include all required technical changes and training to upgrade b. Transportation: The requirement is to provide Tyndall AFB with Traffic Management, Terminal Operations, Vehicle Operations and Maintenance Management services. Services include moving passengers and cargo (pickup and delivery services) via surface vehicles as well as preparing, loading and unloading cargo to and from a mix of government and commercial aircraft (excluding personal baggage handling). Provide guidance and training in shipping hazardous materials for contingencies and exercises. c. Fuels: The requirement is to provide all personnel, equipment, tools, materials, supplies, supervision, for the distribution, receipt, storage, quality control, and accounting of petroleum and cryogenics products at Tyndall AFB. Operate the government self-service automated service station. Maintain refueling vehicles IAW the applicable refueling vehicle Operator Manuals or Technical Orders. Implement and maintain the Air Force Petrol Ram Initiatives, which includes all automated fuel equipment and facility devices. Small Business (SB) Set-Aside Determination: The Government reserves the right to determine if a SB set-aside is appropriate for this acquisition based on responses to this notice, and other pertinent information gathered by the contracting officer. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this BOS effort. Small Business Subcontracting The extent, to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors, will be a consideration in the evaluation of proposals as stated in the resultant solicitation. Interested vendors are requested to provide estimates of the percentage of the total contract dollars they would expect to be able to subcontract to the following small business categories in response to this RFI. (Current Air Force goals are indicated below in parentheses). If zero percent is indicated in your response, please provide a brief explanation of why no small business subcontracting opportunities are expected for this requirement overall or for a particular category. Total small business (23%) Small Disadvantaged Businesses (5%) Woman-owned small business (5%) Service-disabled Veteran-owned small business (3%) HUBZone small business (3%)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0cc549e08a541e62ce89b87a80bf6c17&tab=core&_cview=1)
 
Document(s)
Market Research Questionnaire
 
File Name: Market Reasearch Questionaire (Tyndall SS Q&A.xls)
Link: https://www.fbo.gov//utils/view?id=c1c71101b6405fbd5f0db87b68774dae
Bytes: 25.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Tyndall Air Force Base, FL, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN01690290-W 20081011/081009214316-0cc549e08a541e62ce89b87a80bf6c17 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.