Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2015 FBO #4883
SOURCES SOUGHT

R -- Site Support Services - Attachments

Notice Date
4/6/2015
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-R-0012
 
Archive Date
8/31/2015
 
Point of Contact
Brooke Hoffman, Phone: 315-330-3979, Jenna A. Tarbania, Phone: 315-330-2260
 
E-Mail Address
Brooke.Hoffman@us.af.mil, Jenna.Tarbania@us.af.mil
(Brooke.Hoffman@us.af.mil, Jenna.Tarbania@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Draft PWS Functional Descriptions Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome NY, 13441-4514, UNITED STATES DESCRIPTION Capable sources are sought to provide Site Support services for the Air Force Research Laboratory (AFRL) Information Directorate. Services are required primarily at Rome Research Site (RRS) NY, but also at test sites in Newport and Stockbridge NY. The anticipated period of performance is 01 Dec 2015 through 30 Nov 2016 plus 4 option years (if all options are exercised, performance would conclude 30 Nov 2020). This requirement consists of facilities support in the following functional areas. For each, an approximate proportion of the contract is identified in parentheses. Technical Library (11%) Mailroom, Publications, and Travel Orders (12%) Real Property Management (6%) Equipment Management Custodial (14%) Automatic Data Processing Equipment (ADPE) Custodial (18%) Test, Measurement, and Diagnostic Equipment (TMDE) Support (27%) Test Site Management (12%) A brief functional overview is provided in an attachment to this notice. It is likely that there will be revisions to the functional responsibilities prior to any solicitation for this requirement. Note that this Sources Sought Notice is for planning purposes only. The applicable NAICS code is 561210 with an associated small business size standard of $38,500,000 average annual revenue. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The Air Force is considering whether to set aside this Firm Fixed Price (FFP) acquisition for competitive 8(a) concerns. If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and at least 50% of the cost of contract performance incurred for personnel will have to be expended for employees of the prime contractor. All interested 8(a) concerns are invited to respond. In order to be considered, responses must be organized as follows: 1. Positive statement of intent to submit a proposal for this solicitation as a prime contractor. Include a description of how the 50% requirement would be met. Describe how anticipated subcontractors, if any, would be selected and which functional areas they would be responsible for. 2. Evidence of successful performance within the past three (3) years of no more than five (5) contract efforts similar in magnitude and scope to the work described in this notice. Include information such as Statements of Work and description of facilities support tasks, as well as contract amounts, performance periods, and points of contact. 3. Demonstration of access to organizational resources, especially qualified and experienced personnel, needed for this type of work. This may include resources either within the prime contractor's organization or available through a subcontracting relationship. Ensure it is clearly stated whether the resources would be available from the prime or subcontractor. If subcontracting is contemplated, indicate whether the prime and subcontractor have successfully fulfilled similar efforts together in the past. 4. Description of prime contractor's Program Management and Quality Control methodologies. This should be general and not exceed two (2) pages in length. 5. Description of how any significant geographic separation between the prime contractor's primary office and AFRL Rome Research Site would be successfully overcome. Please address the feasibility of a limited on-site presence, such as a contractor Program Manager. 6. Documentation of current 8(a) status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov) All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a) concerns. Failure to submit all information requested will result in a contractor being considered ‘NOT INTERESTED' in this requirement. Firms that meet the requirements described in this announcement are invited to submit their responses to the attention of Jenna Tarbania, Contracting Officer (jenna.tarbania@us.af.mil) and Brooke Hoffman, Contract Specialist (brooke.hoffman@us.af.mil ) with an email copy to Janis Norelli, Small Business Specialist (janis.norelli@us.af.mil). Responses must be sent by email. All information must be received before 3:00 PM ET FRI 17 APRIL 2015 to be considered. If a solicitation for this requirement is issued, in order to receive a contract award, the successful offeror must be actively registered in System for Award Management (https://www.sam.gov) and Wide Area Workflow (WAWF - https://wawf.eb.mil). This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-R-0012/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN03690980-W 20150408/150406235409-aec0f8fe4c1f148878b3e36013f21e83 (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.