SOURCES SOUGHT
R -- Ascension Island Mission Services - Sources Sought Package
- Notice Date
- 8/22/2018
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 1704), 14640 Hanger Rd/CCAS MS 2037, Patrick AFB, Florida, 32925-2206
- ZIP Code
- 32925-2206
- Solicitation Number
- FA2521-AIMS-45SW
- Point of Contact
- Oren Gilbert, Phone: 321-494-5164, Tammy Davis, Phone: 321-494-5174
- E-Mail Address
-
oren.gilbert@us.af.mil, tammy.davis@us.af.mil
(oren.gilbert@us.af.mil, tammy.davis@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Workload Factors Draft Ascension Government Furnished Facilities Draft Ascension Antenna List Draft CLIN Structure DRAFT PWS - AIMS See Attachments: Draft Performance Work Statement (PWS) for Ascension Island Mission Services (AIMS), Draft CLIN Structure, Draft Ascension Antenna List, Draft Ascension Government Furnished Facilities, Draft Workload Factors Synopsis: This sources sought notice is for informational purposes only in conducting market research. Air Force Space Command's 45th Space Wing (45 SW) is in the process of developing the requirement for the Ascension Auxiliary Island Mission Support (AIMS). The Air Force team is interested in creating a support structure at AAAF where responsibility for base maintenance services, communications and radar maintenance is contained within a single responsible contractor. This contractor will be responsible for base services including, but not limited to: Civil Engineering, Fire/Medical emergency response, radar maintenance support, base communications, base logistics (including airfield support), and additional tenant support functions. Responses to this announcement are needed to help inform acquisition planning and to identify capable sources. To efficiently and effectively deliver the required services, it is anticipated that vendors will have the following: • Experience and good past performance in delivering similar services (similar in terms of size, scope and complexity) • Staff with Secret Clearances • Experience implementing service reviews and maturing existing processes in accordance with the ITIL framework and industry best practices • Experience maintaining networks and meeting or exceeding demanding service level targets in a dynamic IT environment • Experience delivering projects ahead or on-time and under budget • Experience creating and managing an Earned Value Management (EVM) system for similar tasks as outlined in the PWS • Experience providing services in disparate locations while maintaining service levels • Experience providing proactive recommendations for service improvement and updating service level agreements accordingly PURPOSE: This Sources Sought notice is seeking responses from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 561210, Facilities Support Services, size standard of $38.5M. This synopsis is encouraging response from qualified and capable Small Businesses only to include Certified 8(a) Small Businesses, Historically Underutilized Business Zone (HUB Zone), Service Disabled Veteran Owned SB, Veteran Owned SB, Economically Disadvantaged Woman Owned Small Business (EDWOSB) or Woman Owned SB. Interested small businesses are to submit a brief description of their company's business size (i.e. annual revenues and employee size), business status, (i.e., 8(a), HUB Zone, SDVOSB, WOSB, EDWOSB, or small business), anticipated teaming arrangements to include Joint Venture, Mentor Protégé or Prime - Sub Relationship. Responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government may use this information in determining its small business set-aside decision. Responses from other than small businesses will not be reviewed. The data obtained from this notice will assist the Government in understanding the capabilities available in the marketplace and aid in the development of a solicitation for 45th Space Wing AIMS contract. TERMS OF THIS SOURCES SOUGHT: 1. The Government does not intend to award a contract on the basis of this Sources Sought or reimburse any costs associated with the preparation of responses. 2. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. 3. All information received in response to this notice marked "Proprietary" will be handled accordingly. 4. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 5. Responses to this Sources Sought will assist the 45 SW in determining the potential level of interest, competition adequacy, and technical capabilities of industry respondents (specifically small businesses) to provide the required products and services. 6. The 45 SW may also use this information to assist in developing any subsequent subcontract plans and small business goal percentages. 7. The Government may not respond to questions posed in Industry responses. 8. The Government does not guarantee any action beyond this notice. 9. Please be advised that all submissions become Government property and will not be returned. 10. Responses that are incomplete and/or not submitted per the Response Submission Instructions will not be reviewed. REQUIREMENTS: This effort is aimed to provide the information detailed below. The information will be instrumental in providing the background needed to construct a solid requirement and form a successful acquisition strategy: Section 1 - Cover Letter. The cover letter shall include the following: 1. Company information - Include company name, 2 points of contact and contact information (name, address, phone number, website URL, if available, email address, and fax number), Cage Code, DUNS Number, and a short description of the company (history, experience in similar identity management systems, etc.). 2. Company business size with socioeconomic classification based on North American Industry Classification (NAICS) Code 561210, Facilities Support Services as mentioned above under the Purpose paragraph. 3. Certifications - Include any certifications the company and/or its key personnel hold including, but not limited to Program/Project Management Professional (PMI), International Organization for Standardization, and Capability Maturity Model Integration (CMMI), Information Technology Infrastructure Library (ITIL) and Helpdesk Institute. 4. Current Security Clearance level(s) held, if any, and Labor Category - Clearance Matrix. 5. Teaming is encouraged to ensure an effective solution. The respondent is encouraged to utilize small and disadvantaged businesses in its project team. Please provide similar information for any team members contemplated as mentioned above under the Purpose paragraph. Section 2 - ITIL Implementation and Previous Experience: 1. Describe your firm's experience and the outcome of best practices in a CMMI Maturity Level II/ITIL Maturity "Repeatable" environment. a. Address the ways your firm assessed current state maturity and created and implemented a plan to subsequently increase maturity levels. b. Provide the organization's name, contract number and the dollar value of the contract. 2. The Government anticipates this requirement will consist of a base 90 day transition-in period, 1 year base period and four 1-year option periods with a total contract value between $100M-$130M. a. Identify your firm's experience in managing a base maintenance services contract of similar size, scope, and magnitude of effort as a prime contractor. b. How will your firm manage personnel and financial resources to perform as a prime contractor on a $50M-$100M contract? Note: If the requirement is set aside for small business, the clause FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that "At least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern." 3. Identify the largest contract your firm has managed as a prime contractor. Please include the dollar value, scope and magnitude of effort. 4. To what extent will teaming be required? 5. Identify the types(s) of contract you consider most appropriate for the work identified in the draft PWS. Firm-fixed-price (FFP), labor hour, Cost Plus, etc.? 6. Please identify your firm's facility clearance. 7. Contractor personnel will require at least a minimum of a SECRET clearance in order to address certain requirements. How will your firm address the personnel security requirements identified in the PWS? Section 3 -Capability Statement: The purpose of this section is for the respondent to provide information that will assist the 45 SW with making a decision about how best to contract for the required products and services. The applicable North American Industrial Classification System (NAICS) is 561210 with a size standard of $38.5M and FSC R425. Your response should include the following: a. Briefly describe your experience in performing the work required by the PWS task areas below (please limit your response to 10 pages). i. Customer contact handling ii. Civil Engineering Support iii. Fire/Medical Emergency Management v. Support for geographically dispersed locations vi. Support for large high profile conferences/events vii. Communication Services and IT Support viii. Service Asset and Configuration Management ix. Warehousing and Logistics x. Airfield Operations xi. Morale and Welfare activities b. Program management and control plans. c. Training and support plans. d. Section 508 Compliance: Please provide a brief description of how you plan to comply with Section 508 of the Rehabilitation Act of 1973, as amended. Section 4 - PWS Review. Identify areas within the draft PWS that may be unclear or where further detail would be useful (this is excluded from the page limitation). FAM and FAH documents are located at https://fam.state.gov Include impacts to performance due to restrictive governing regulations (e.g., Air Force Instructions, Technical Orders, etc.) and how industry best practices would be used instead. Identify additional work load factors that would be required or helpful to enable accurate bidding on this effort. Section 5- Suggested Training/Certifications per Subtask. Identify relevant training and certifications germane to the subtasks of the PWS. DISCLAIMER: This Sources Sought notice is not a solicitation. This notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this notice that is marked "proprietary" will be handled accordingly. Responses to the Sources Sought notice will not be returned. In accordance with FAR 15.201 (e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. ATTENTION: Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award. Information on registration and annual confirmation requirements may be obtained via http://www.sam.gov RESPONSE SUBMISSION INSTRUCTIONS: The responses submitted shall be in sufficient detail and clarity to provide 45 CONS with the information it needs. Responses to this sources sought notice shall meet the following standards: • Page Limitations - Section 1 Cover Letter: One Page - Section 2 ITIL Implementation and Previous Experience: Five Pages - Section 3 Capability Statement: 10 Pages - Section 4 PWS Review: Unlimited - Section 5 Suggested Training/Certifications: Unlimited • Text no smaller than 10 point. • Text included in graphics, tables, and figures can be no smaller than 9 point. • Limit any foldout pages to two per section. • Response shall use the attached Response Template with multilevel lists for Sections 1-3 to facilitate review. Restating the title/contents of the multilevel list is not necessary. Corporate Branding is allowed but the multilevel list layout must be adhered to as well as page limitations. - If a cover page and table of contents are used they are not included in the total page count. - Fully address Sections 1-5 as outlined above. • Responses that are incomplete and or do not follow these Response Submission Instructions will not be reviewed. • Please submit the information electronically in Adobe PDF file or an MS Office electronic format by 24 September 2018 to the Procuring Officer, Ms. Tammy Davis at tammy.davis@us.af.mil and the Contract Specialist, Oren Gilbert at oren.gilbert@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb1704/FA2521-AIMS-45SW/listing.html)
- Place of Performance
- Address: 45 CONS/PKDB, 1201 Edward H. White II, Street, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN05050133-W 20180824/180822231017-fccb0aeecabc78fd8b6162fea30da9ed (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 |