Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2012 FBO #4003
SOURCES SOUGHT

17 -- Transient Aircraft/Alert Services

Notice Date
11/7/2012
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA9401TransientAircraft
 
Archive Date
11/7/2013
 
Point of Contact
Alicia D Binggeli, Phone: 5058465692, Elizabeth H Sanchez, Phone: (505) 853-7505
 
E-Mail Address
alicia.binggeli@kirtland.af.mil, elizabeth.sanchez@kirtland.af.mil
(alicia.binggeli@kirtland.af.mil, elizabeth.sanchez@kirtland.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PZIB, Kirtland AFB, Albuquerque, NM, seeks potential business sources to perform non-personal services to support contract, consisting of Transient Alert Aircraft Services. The AFNWC/PZIB reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the AFNWC/PZIB 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 required services. Firms responding to this announcement must be registered in the Central Contractor Registration (CCR) and should include company name, cage code, point of contact, address and indicate if it is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business. The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. The proposed contract is anticipated to be a firm-fixed price contract with a base period and four, one-year option periods. The contract awarded is subject to FAR 52.222-41, Service Contract Act of 1965, to include collective Bargaining Agreements. The North American Industry Classification System (NAICS) code for this acquisition is 488110 (Facilities Support Services), and the size standard for small business is $30M. The Statement of Need for this requirement is as follows: The Kirtland Air Force Base flight line is responsible for over 1500 transient aircraft per year. The Service Provider (SP) will be asked perform Transient Aircraft/Alert Services at Kirtland Air Force Base. SP may on occasion with direction from contract Functional Commander/Director (FC/FD) or 377th Maintenance Squadron Commander (377 MXS/CC), assist Not Mission Capable transient Department of Defense (DoD) aircraft that utilize the civilian Fixed Base Operator. The SP will be asked to monitor all transient aircraft ramp activities during normal duty hours and special case extended hours. Prior to aircraft arrival the SP will be responsible for ensuring ramp is ready for aircraft arrival. The SP will be expected to provide Aircraft Arrival Services, Processing Services, and Departure Services. Services will include but are not limited to: Follow-Me services, operating and moving Arial Ground Equipment (AGE), minor maintenance, deice/anti-ice services, towing aircraft, and stowage for Rest Overnight (RON) aircraft. In addition to normal operations the SP will be expected to respond to in-flight/ground emergencies, Disabled Transient Aircraft Recovery, secondary crash net calls, participate and cooperate in all emergency, mishap/incident and accident investigations, blown a tires during landing or taxiing, and hot brake incidents. HAZ/MAT handled by the SP may include, but are not limited to, hydraulic fluid, engine oil, and fuel. The SP will be liable for the Class I spills or release of Haz/Mat and shall ensure personnel are knowledgeable of Federal, DoD, New Mexico, AF, and KAFB instructions for the handling, disposal, and clean-up of items designated as hazardous waste. The SP will be expected provide aircraft support for special events (air-shows, open-houses, conferences, etc.). The following list represents types of transient aircraft, list is not all inclusive. A-10, AV-8, B-707, B-727, B-737, B-757, C-2, C-5, C-9, C-12, C-17, C-20, C-21, C-35, C-37, C-38, C-40, CL-60, C-130, C/E/K/RC-135, C-560, DC-10, E-2, E-6, EA-6, F-5, F-15, F-16, F-18, F-22, G-1, G-3, G-4, G-5, GR-1,2,3,4, H/AH-1, H-3, H/CH-46, H/CH-47, H/M/S-60, H-64, H-72, KC-10, L-1011, P-3, PC-12, S-3, SW-4, T-1, T-2, T-34, T-37, T-38, T-44, T-45, UC-35, UV-18, CV/MV-22, VC-10, VC-25. In performance of Transient Aircraft/Alert services the SP will be expected to provide Follow-Me trucks and the government will provide two Coleman Tugs, De-ice Truck, two stair trucks, and required AGE. Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. D. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar supply management requirements? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this Statement of Need for Kirtland AFB supply management. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. E. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year multiyear contract at one or more locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 10 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 4:00 PM (MST) on 13December 2012 via e-mail. Questions and responses should be addressed to the Primary POC TSgt Alicia Binggeli, via email, to alicia.binggeli@kirtland.af.mil. Alternate POC is Ms. Elizabeth Sanchez, Contracting Officer, elizabeth.sanchez@kirtland.af.mil. Primary Point of Contact: TSgt Alicia Binggeli Contract Specialist alicia.binggeli@kirtland.af.mil Phone: (505) 846 5692 Fax: (505) 846 5744 Secondary Point of Contact: Elizabeth Sanchez, Contracting Officer elizbeth.sanchez@kirtland.af.mil Phone: (505) 263 7505 Fax: (505) 946 5744
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9401TransientAircraft/listing.html)
 
Place of Performance
Address: Kirtland AFB, New Mexico, Kirtland AFB, New Mexico, 87111, United States
Zip Code: 87111
 
Record
SN02926026-W 20121109/121107235010-9277e01f51ab5e0c967f70e44c3688cb (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.