Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2020 SAM #6658
SOURCES SOUGHT

99 -- Kirtland Engineering Operations Services

Notice Date
2/19/2020 7:49:28 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA9401 377 MSG PK KIRTLAND AFB NM 87117 USA
 
ZIP Code
87117
 
Solicitation Number
KEOS20200219
 
Response Due
2/21/2020 11:00:00 AM
 
Archive Date
03/07/2020
 
Point of Contact
Jennifer Wilterdink, Phone: 5058460280, Richard Y. Odame, Phone: 5058537896
 
E-Mail Address
jennifer.wilterdink@us.af.mil, richard.odame.1@us.af.mil
(jennifer.wilterdink@us.af.mil, richard.odame.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
All interested respondents capable of providing BMC services are invited to respond electronically with Statement of Capabilities (SOCs) demonstrating the ability to meet the draft PWS Appendices as specified below. Responses shall include company name, address, DUNS number, CAGE code, point of contact with email address and telephone number, and indicate business size (large, small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using NAICS 541330. The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice. Small business respondents should provide a SOCs to assist the Air Force in making a set-aside decision. SOCs are limited to 15 pages, using Times Roman 12 Font in word search able format. The SOC should demonstrate capability to provide the following requirements as identified in the draft PWS: 1. Engineering Services Paragraphs: a. Installation Planning and Programming Services b. Project Management and Execution Services c. Acquisition Packages Services d. Engineering Cost Estimating Services e. Installation Comprehensive Planning/Community Planning Services. 2. Emergency Management Services Paragraphs: a. CBRN Response Operations b. EOC Management c. All Hazard Response Planning Team d. Integrated Risk Management Process (IRMP) 3. Operations Services a. Operations Engineering Requirements and Optimization Management b. Customer Services Unit Services Management c. Priority 2A Preventive Maintenance Management d. Facility Project Engineering and Management 4. Installation Management Services a. Real Property Management b. Environmental Compliance Management c. Environmental Permitting Compliance Management 5. Interested respondents shall demonstrate their capability in being able to provide the following key personnel that meet minimum qualifications as detailed in this PWS and its appendices a. Requirements and Optimization Manager b. Site Manager (SM) Contract Program Manager c. Engineering Services Manager d. Engineering Project Execution Manager e. Operations Manager f. Customer Service Manager g. Contractor Readiness and Emergency Management Manager h.� Installation Management Manager 6. Based on the low unemployment and highly competitive hiring conditions, interested respondents shall describe their processes and capabilities to recruit, hire, and sustain the required personnel requirements meeting both the number of Full- Time Employees (FTEs) and the qualifications of the positions. 7. Respondents shall provide no more than three contract references performed as a prime contractor that are similar in scope with each contract with a value greater than $100M. For each contract reference provide the following: a. Contract Number b. Name of Government Agency or Commercial Entity c. Period of Performance d. Dollar Value e. Type of Contract (IDIQ, Fixed Price, Cost Plus, etc.) f. Number of Employees on Contract
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/60bd7f401adf4293b5afc27d41de8d1f/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN05566123-F 20200221/200219230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.