SOURCES SOUGHT
A -- AFP42OM - Operations and Maintenance Air Force Plant 42 CommonArea
- Notice Date
- 12/2/2008
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, ASC/ENVK (PKWXV)Bldg 81801 Tenth St.WPAFB OH
- ZIP Code
- 00000
- Solicitation Number
- FA8623-09-R-6355
- Response Due
- 12/23/2008
- Archive Date
- 12/31/2010
- Point of Contact
- Rosalyn Jones, 937-255-2808<br />
- Small Business Set-Aside
- N/A
- Description
- The Aeronautical Systems Center (ASC) is contemplating a new fixed price contract for the Operations and Maintenance of the Common Area at Air Force Plant 42 (AFP42), Production Flight Test Installation, Palmdale CA in support of the ASC, Detachment 1 (Det 1) mission. This mission provides command and control of AFP42 for production, depot maintenance, and flight test of U.S. Aerospace Systems and to support Government and commercial joint-use airfield operations. AFP 42 is a 5,644 acre Government-owned, Contractor-operated (GOCO) industrial plant with eight separate sites and two active 12,000 foot runways. Six sites at AFP42 are individually leased and maintained by tenants. The runways, taxiways, and common areas are maintained by the Det 1 Operation and Maintenance (O&M) contractor. AFP 42 Common Area is defined as the area inside the perimeter fence exclusive of the tenant sites. The selected contractor will be required to provide the personnel, program/business management staff, services, and equipment to accomplish the total contractor operation of Air Force Plant 42. A Secret Security Clearance and/or National Agency Check for a determination of trustworthiness (within the last 5 years) may be required in the performance of the contract for selected personnel based on the nature of their duties and positions. The O&M contractor must provide fire protection, emergency medical response, and armed security and law enforcement services on 24/7 basis. The O&M contractor must also provide building maintenance, vehicle maintenance, airfield maintenance, aircraft refueling operations, engineering/environmental services, information and telecommunications, and contract administration services. Fire Protection services include but are not limited to the following: structural fire protection, aircraft rescue fire fighting (ARFF), confined space rescue, emergency medical and emergency transportation service, hazardous material response, fire communication dispatch center, and mutual aid. In addition, the contractor shall be responsible for the administration of a Fire Prevention Program and Facility Inspection Program for the entire installation. Security/law enforcement services include but are not limited to the following: installation entry control and patrols, searches and inspections, pass and registration, security communications dispatch center, reports and analysis, and management of security force guard services. Maintenance includes General Facility, Airfield, and Vehicle Maintenance Services. These services include but are not limited to the following: all pavements, buildings, utility systems, mechanical systems, custodial services, refuse disposal, and rodent/pest control for the common area. In addition, the contractor shall be responsible for fuels storage, refueling and defueling operations, transient alert aircraft operations, Bird Aircraft Strike Hazard (BASH)/Abatement Program, Foreign Object Debris (FOD) Program, maintenance and repair of general and special purpose vehicles utilizing various energy sources. Engineering/Environmental services include but are not limited to the following: engineering services in support of contractor functional departments at AFP 42, recommendations to Det 1 for Capital-Type Rehabilitation (CTR) projects, and recommendations to Financial Plan (FIN), Budget Estimate Submittals (BES), and Program Objective Memoranda (POM) submittals. The contractor shall manage the Energy Conservation Program, maintain plant-wide as-built drawing files and associated information library, provide reproduction services, conduct quality control for taskings performed by sub-contractors or in-house work forces, maintain/report real property updates utilizing the Automated Civil Engineering Systems (ACES), manage small dollar Capital-Type Rehabilitation projects. Environmental services shall initiate, develop, document, implement, and maintain environmental programs to include compliance, pollution prevention, and restoration activities in the common use areas. Information and telecommunications services shall include but are not limited to support of: the following systems: telephone, radio/microwave communication, office automation, and computer networks supporting Det 1 operations. In addition, the contractor shall provide technical recommendations to Det 1 on any proposed changes to electronic interfaces affecting AFP42s communication hub (facility). Contractor shall also provide Det 1 inter-plant mail, courier, and photographic services. Contract administration services shall include but are not limited to the following: performance of contract administration; procurement; contract budget, accounting, and invoicing; supply management; subcontract management, and scheduling. The contractor will be responsible for UID Compliance DFARS 252.211-7007 and 252.211-7003(c). Management, accountability, and reporting of Government Furnished Property (GFP) shall be governed by Parts 45 and 52 of the Federal Acquisition Regulation (FAR). A condition of performance shall require the Contractor to administer and maintain a safety program IAW Occupational Safety and Health Act (OSHA) standards.An initial draft of the Performance Work Statement will be published in the Wright Patterson AFB PreAward Information Exchange System (PIXS) at www.pixs.wpafb.af.mil early next year. Other proposal documents will be posted in PIXS as they become available. Contract performance is anticipated to begin 1 Aug 2010 with a 60 day transition period. It is anticipated to possibly be a one (1) year contract with five (5), one (1) year option/awardfee term years. A response to this notice must include the following minimum required information: A) Description of previous operational experience of government-owned or industrial facilities, including contract number(s) (if applicable), location and ownership of the facility, total dollar value of the contract, type of contract (DoD or commercial), total operational time of facility, reason for termination or cancellation, and a point of contact for verification; B) Prospective offerors should provide a brief capability statement (20 pages or fewer) with enough detail to indicate a clear understanding of the requirement and to demonstrate a reasonable expectation of being able to perform on this contract. C) In the brief, explain the strategy/methodology, including any teaming strategy with large or small businesses that would be used to staff this contract based on a start date of 1 Aug 2010 D) Assume that Government Furnished Property (GFP) will be provided and that Contractor personnel will be required to maintain it. E) Financial issues in regard to cash flow and management of the workforce. The Government estimate of the number of contract employees is 150 - 200. Potential value may be $23 million/year. No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Potential offerors in other set aside areas are invited to express interest. NAICS Code 561210, Facilities Support Services applies to this acquisition with a small business standard of $30M gross revenue average over the last three years. Prospective sources must indicate both their size with respect to the above standard and if they are a small business or other, including 8(a) business, HuB Zone, etc. F) Response must include three copies of all requested information in hard copy and an electronic copy compatible with a Microsoft Office Suite or Adobe Acrobat format. All responses shall be received no later than 3 O'Clock (EST)on 23 Dec 2008. Direct all requests for solicitations and routine communication concerning this acquisition to Rosalyn Jones, Contract Negotiator, ASC/ENVK, at (937) 255-2808.***** For more information on "AFP42OM - Operations and Maintenance Air Force Plant 42 Common Area", please refer to: https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=5926
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c84bd6696cff62868a312eb8c7db4a5&tab=core&_cview=1)
- Place of Performance
- Address: AFP42 (Common Area)Palmdale CA<br />
- Zip Code: 93550-2112<br />
- Zip Code: 93550-2112<br />
- Record
- SN01712288-W 20081204/081202215350-2c84bd6696cff62868a312eb8c7db4a5 (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 |