Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2021 SAM #7181
SOURCES SOUGHT

S -- Airfield Operations & Management Services & Air Rescue & Fire (ARFF) Services

Notice Date
7/28/2021 2:17:27 PM
 
Notice Type
Sources Sought
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
DOL-9 NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08421RA1152800
 
Response Due
8/18/2021 1:00:00 PM
 
Archive Date
09/02/2021
 
Point of Contact
Chelsea M. Tikotsky, Phone: 5104373731, Susan Kreider, Phone: 7576284140
 
E-Mail Address
chelsea.m.tikotsky@uscg.mil, susan.a.kreider@uscg.mil
(chelsea.m.tikotsky@uscg.mil, susan.a.kreider@uscg.mil)
 
Description
This is not a request for proposal. We are seeking sources that can satisfy a follow-on requirement for USCG Air Station Sacramento Airfield Operations and Management Services and Air Rescue and Fire (ARFF) Services, McClellan, CA. The existing contract, awarded under HSCG84-17-C-LAS017 ends 30 June 2022. The period of performance for the new contract is anticipated to be 1 July 2022 through 30 June 2027. The following acquisition is anticipated to be a Firm Fixed Price contract. The North American Industrial Classification Code (NAICS) is 488119 � Other Airport Operations applies with a size standard of $35 Million. The requirements of the Service Contract Labor Standard through a Collective Bargaining Agreement between SacMetro Fire Department and the Sacramento Area Firefighters Local 522.I.A.F.F (AFL-CIO) apply. More definite information concerning the site visit and pre-proposal conference will be included in the solicitation which is anticipated to be released in late winter of 2021. The ARFF services will require a contractor to provide Airfield Services to be provided to the United States Coast Guard at McClellan or its successor named airfield and to the Coast Guard located at Coast Guard Air Station Sacramento (AIRSTA Sacramento). This requirement is made up of two major components: the first is Airfield Operation and Management services to include runways, taxiways, clear-zones, ramps and aircraft parking areas, navigational aids to support Instrument Flight Rules (IFR) Operations, Automated Weather Observation System (AWOS); and other airfield services such as airfield inspections and checks; an operations manual; an emergency plan; ground vehicles control; obstruction handling; wildlife hazard management; airport condition reporting; identifying, marking and reporting construction and other unserviceable areas. For this portion of the contract the Coast Guard reimburses only a portion of the Contractor�s cost which they receive along with the reimbursement from the other airport tenants. The second major component is for ARFF services, which include training and staffing in accordance with COMDTINST M11320.1 (series) and National Fire Protection Association (NFPA) 403 standards, provision of ARFF vehicle and associated maintenance and repair, provision of ARFF necessary equipment and emergency communication systems, and environmental spill response, in accordance with NFPA 412 and 414 standards. This portion of the contract represents over 85% of the total contract cost. The Contractor shall also maintain the airport facilities. The Contractor is responsible for the management, supervision, personnel, equipment, tools, materials, parts, maintenance repair, training, transportation, all written deliverables and all other items and services necessary to perform the requirement. Telephone responses will NOT be accepted. Responses are requested by 18 August 2021 at 4:00 pm PST and may be submitted via email: chelsea.m.tikotsky@uscg.mil. Please include the following information in your response: 1.�� �A capability statement that explains what type of work your company has experience performing. �Please provide information on whether your company can fill all of the requirements described above or if only interested in a portion of it. �If only interested in a portion, please be specific on what services identified above are applicable. Also, please be sure to list your business size status, for example whether your company is a small business, 8(a), HUBZONE, women owned, small disadvantaged business, veteran owned, large business, etc.� ��� �Please provide any suggestions on how to combine types of work to achieve the best results for the government. 2.�� �Past performance in this area including: ��� �Contract Number, type of contract� ��� �Length of contract ��� �Customer: (Agency or business), Contact information including name, address, telephone no. & email address ��� �Description of work ��� �Contract Dollar Value: ��� �Date of Award and Completion (including extensions) ��� �Type and Extent of Subcontracting ��� �Quality of Performance, Contract Schedule, and Customer Relations ��� �Problems encountered and corrective action taken 3.�� �Does your company currently employ union personnel? �What experience do you have dealing with a union? �Have you ever had a collective bargaining agreement with a union? 4.�� �Recommendations on handling of work that cannot be easily quantified. 5.�� �Any best practices from previous contracts that may be relevant. The solicitation will be released at the SAM.gov website at a future date. �Interested parties should register on SAM.gov. This notice is for market research purposes only and does not constitute a Request For Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/caa0d101025149fbaa26ce4ed7ce0f79/view)
 
Place of Performance
Address: McClellan, CA 95652, USA
Zip Code: 95652
Country: USA
 
Record
SN06077207-F 20210730/210728230114 (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.