SOURCES SOUGHT
H -- Air Force Enterprise Contracted (AFEC) Precision Measurement Equipment Laboratories (PMEL) Services - Attachments 1, 2, Draft PWS dated 25 January 2013, and AFEC PMEL Services Incentive Plan.
- Notice Date
- 2/4/2013
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- FA4890-13-R-00XX
- Archive Date
- 3/9/2013
- Point of Contact
- Steven A. Fletcher, Phone: 7572254530, M. Elizabeth Walker, Phone: 7572253913
- E-Mail Address
-
steven.fletcher@langley.af.mil, margaret.walker@langley.af.mil
(steven.fletcher@langley.af.mil, margaret.walker@langley.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AFEC PMEL Services Incentive Plan Draft PWS dated 25 January 2013 Attch 2: AFEC PMEL Services Market Research Questionnaire Attch 1: AFEC PMEL Services Small Business Set-Aside Determination SOURCES SOUGHT NOTICE THIS SOURCES SOUGHT NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS ANNOUNCEMENT CLOSES 22 February 2013. The Government is seeking industry input from all sources at this time to determine if this acquisition should be procured as a Total Small Business set-aside under the auspices of the Federal Acquisition Regulation (FAR) Part 19.5. Interested Small Business concerns are highly encouraged to respond to this request. The applicable North American Industry Classification System (NAICS) for this requirement is 811219 with a size standard of $19.0M. Interested parties must be registered in the System for Award Management (www.sam.gov) under NAICS 811219: Other Electronic and Precision Equipment Repair and Maintenance. Air Combat Command, Acquisition Management and Integration Center (ACC AMIC), Langley AFB VA, is in the process of determining the acquisition strategy to obtain non-personal services necessary to perform Precision Measurement Equipment Laboratory (PMEL) Operations and Maintenance (O&M) support. The contractor shall provide Program Management, Technical Support (TS), Logistics Support (LS), Measurement, Analysis and Improvement (MA&I) in support of the Precision Measuring Equipment Laboratory (PMEL) Operations and Maintenance (O&M) responsibilities. Projected operating locations may be in CONUS: Arnold AFS, TN; Andrews, AFB, MD; Barksdale AFB, LA; Beale AFB, CA; Cannon AFB, NM; Cape Canaveral AFS, FL; Columbus, AFB, MS; Dover AFB, DE; Dyess AFB, TX; Ellsworth AFB, SD; F.E. Warren AFB, WY; Fairchild AFB, WA; Grand Forks AFB, ND; Hill AFB, UT; MacDill AFB, FL; Malmstrom AFB, MT; Maxwell/Gunter AFB, AL; McConnell AFB, KS; Minot AFB, ND; Moody AFB, GA; New Boston AFS, MA; Offutt AFB, NE; Patrick AFB, FL; Peterson AFB, CO; Robins AFB, GA; Scott AFB, IL; Sheppard AFB, TX; Tinker AFB, OK; Tyndall, AFB, Fl; Vance AFB, OK; Vandenberg AFB, CA; Whiteman AFB, MO and Wright Patterson AFB, OH and OCONUS: Anderson AB, Guam; Eielson AFB, AK; Elmendorf AFB, AK, RAF Feltwell, United Kingdom, and Thule AFS, Greenland. There is a potential to incorporate additional sites at a later date, or to eliminate some locations based on changing requirements within the Air Force. Additionally, the contractor shall provide all management, personnel, equipment, tools, materials, supervision, and other items and support necessary to perform PMEL services as defined in the attached draft Performance Work Statement (PWS) dated 25 January 2013. The Period of Performance will cover a 60-day Phase-In, 1-Base Year, and 4 One-Year options. The Government is contemplating a multiple award, Indefinite Delivery/Indefinite Quantity contract to fulfill these requirements with expected award on or about 15 January 2014, with the 60-day Phase-In beginning 1 February 2014 - 31 March 2014, and actual performance start date of 1 April 2014 for some locations, with others to be added over the life of the contract. This acquisition will be issued as a Request For Proposal (RFP) on or about 7 June 2013. Please note this is an estimated posting time and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website/FedBizOpps for all subsequent postings. A draft PWS dated 25 January 2013 is posted in conjunction with this notice to provide the size, scope, and complexity of this requirement. Note: DD Form 254, Department of Defense Contract Security Classification Specification, will be posted along with the RFP. A determination regarding the set aside status for this effort has not been made. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. Interested Small Business concerns should submit a capabilities package (please limit to no more than 10 pages total) outlining their key business abilities relevant to the performance of this requirement and addressing the questions found in Attachment 1 to this notice. All companies are encouraged to respond and submit the requested information to this office by 4:30 p.m. Eastern Standard Time (EST) on 22 February 2013. Furthermore, we are conducting Market Research to determine whether or not this requirement should be procured as a Commercial Service versus Non-Commercial. We are requesting all potential offerors to complete Attachment 2 and return with their responses. This attachment is in addition to all other requested information stated within this notice. Note: In order to be eligible for award, offerors must be registered in the System for Award Management (www.sam.gov) under NAICS 811219: Other Electronic and Precision Equipment Repair and Maintenance. Additionally, offerors responding to this notice as a Small Business concern must be certified and qualified as a Small Business and registered in the System for Award Management (www.sam.gov) under NAICS 811219. Please provide all responses/packages via email to Capt Steven Fletcher, ACC AMIC/PKB, (757) 225-4530, steven.fletcher@langley.af.mil, AND Mrs. Elizabeth Walker, ACC AMIC/PKBA, (757) 225-3913, margaret.walker@langley.af.mil. The Government plans to consider all information submitted in response to this sources sought notice and use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation of receipt of information. If you have difficulty in emailing your response and/or an email confirmation of receipt is not received, then you are encouraged to contact Capt Steven Fletcher at (757) 225-4530, or Mrs. Elizabeth Walker at (757) 225-3913. Please include the following information about your organization in your response: Name of Organization Address Telephone Number Point(s) of Contact E-Mail Addresses Size of Business: ________Small _________Large Status of Business: SBA 8 (a) Business Development Program Concern: _________ Historically Underutilized Business (HUB) Zone Concern Small Disadvantaged Business Concern: _________ Veteran-Owned Small Business Concern: _________ Service-Disabled Veteran-Owned Small Business Concern: _________ Women-Owned Business Concern: ___________ The ACC AMIC/PKB points of contact for subject requirement are Capt Steven Fletcher, Contract Manager (757) 225-4530, and Mrs. Elizabeth Walker, Contracting Officer (757) 225-3913.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-13-R-00XX/listing.html)
- Place of Performance
- Address: Projected operating locations may be in CONUS and/or OCONUS as listed in the Draft PWS dated 25 January 2013., United States
- Record
- SN02979005-W 20130206/130204234208-c14e27429d78964519e6ae560d2b4d1b (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 |