Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 30, 2023 SAM #8038
SOURCES SOUGHT

99 -- Foreign Military Sales (FMS), F-15 International Programs Division Base Operations Support (BOS) - Kingdom of Saudi Arabia (KSA)

Notice Date
11/28/2023 8:06:39 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA8575 AFLCMC WWQKB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8575-24-R-0002
 
Response Due
1/12/2024 3:00:00 PM
 
Archive Date
01/27/2024
 
Point of Contact
Jose Palaypayon, Ricardo Jones
 
E-Mail Address
jose.palaypayon@us.af.mil, ricardo.jones@us.af.mil
(jose.palaypayon@us.af.mil, ricardo.jones@us.af.mil)
 
Description
Sources Sought Synopsis for Foreign Military Sales (FMS), F-15 International Programs Division Base Operations Support (BOS) - Kingdom of Saudi Arabia (KSA) This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification for Base Operating Services (BOS)S to the FMS program in KSA. The Government is conducting market research to identify potential sources that possess the United States Air Force (USAF) to assist the KSA in the standup and operations of air bases for Royal Saudi Air Force (RSAF) mission support which assists in strengthening the international alliance between the U.S. Government (USG) and the KSA by providing F-15 acquisition support under the FMS Program. This effort will supply the FMS organizations the facilities, equipment, services, and infrastructure to support the KSA FMS program and personnel. The KSA FMS program participating organizations/units arranging from 5 personnel to 45 personnel. This task will require close coordination with the RSAF military liaisons, other Saudi representatives, and the lead Government FMS Program Manager (PM) representative. ��Additionally, this effort will support exercises and deployments of Government personnel and aircraft with short notice to the Contractor. The Contractor may be directed to increase level of effort by official communication prior to an exercise or period of extended, increased surge operations to provide services typical of an Air Force Expeditionary Mission Support Group. The Contractor shall provide all transportation, personnel, supervision, lodging (not provided by USACE), labor, training, tools, materials, vehicles (not provided by the USMTM Vehicle Leasing Contract), safety equipment, and other items and services necessary to perform services listed below: � Services Summary: Support Services Facility Support Transportation Support Property Accountability Support (Computers, only excel sheet, Printers, Phones & Shredders) The Contractor shall incorporate Host Nation (HN) requirements as an exhibit into the proposal; provide proof of current host nation authorization to perform duties given location and shall maintain authorization to perform for the duration of this contract. The contractor is responsible to conduct all business and performance requirements associated with IAW all US and HN applicable laws, regulations, codes, and standards including the Nitiqat program. LN/OCN Labor Force: LN and/or OCN personnel are allowed to be employed on this effort. The Contractor shall ensure that all LN/OCN personnel are thoroughly vetted through the host country prior to being granted access to a Government facility or installation. Non-U.S. citizens shall follow local procedures for access to Government facilities and installations. All LN/OCN personnel will require a host nation background check. The Government will not issue a Common Access Card (CAC) to LN/OCN personnel. SUPPORT SERVICES: Monitoring methods include periodic inspections, 100% inspection and customer complaint. Re-performance of unacceptable services at no additional cost will be the preferred course of action when appropriate. The absence of any contract requirement from the Service Summary shall not detract from its enforceability nor limit the rights or remedies of the Government under any other provision of the contract. The below Performance Thresholds identify the SATISFACTORY level of performance. APO Mail pick-up, delivery & administration.� Contractor will pick-up mail from the APO Post Office located in US Embassy Annex & deliver to Al Nakhla Office, Tower 20, Rm 2021.� Contractor will ensure employees attend APO Postal Training and meet all regulations & requirements established by the APO for mail pickup. Office Management Al Nakhla, KAAB, KKAB, KFAB, KFDAB.� Contractor will provide a Office Manager/Service Coordinator (OM/SC) to facilitate delivery of product/services & provide office management to the locations.� These OM/SR will provide administrative support & office management for the locations which would include (but not limited to) ensuring that sufficient supplies are always available and that routers, hotspots & printers are operational.� The reporting of inoperative equipment & timely follow-up (every other day) we will be deemed successfully meeting this requirement.� OM/SC will monitor, report mileage on lease vehicles & will assist in the delivery of lease vehicles to leasing service center for maintenance, repair & exchange. Transportation Management.� The Contractor shall provide three (3) full-time vehicle drivers & dispatcher services.� Contract will receive transportation requests from organization POCs, process PR for approval. Contractor will provide Dispatcher Logs to the CO/COR/PM monthly to closely monitor transportation usage by the organizations.� The Dispatcher Log will have all the information necessary to monitor transportation service & will have the minimum information: Date/Time of Trip; �������� Person Transported; Pick-up, Drop Off Location; Name of Driver. Access Control, Al Nakhla & RSAF Facilities.� Contractor will stay updated on Al Nakhla & RSAF security procedures & request access from Al Nakhla Security & RSAF for visitors to ensure visitors successfully receive access to Al Nakhla & RSAF Facilities. Vehicle Fuel Management.� Contractor will manage RFID vehicle fuel program.� Contractor will monitor fuel & email fuel reports to the organizations each month, but it is the responsibility of the organizations to ensure they have sufficient fuel on their RFID chips & to request PRs to order fuel.� Purchase Mission Essential Products & Services.� Contactor will process PRs for approval to buy mission essential products & services.� The Contractor shall supply all consumable and durable materials and supplies during the performance of this effort. �The Contractor shall use due diligence and approved inventory control measures to maintain and replace, as required. Courier Service. �Contractor will provide courier service.� The courier service is critical to send laptops from remote locations to J6 to update & send sensitive critical documents. The Contractor shall maintain personnel flexibility to shift personnel as needed between locations to support workload surges and staffing shortfalls. The Contractor is responsible for transporting personnel from site to site to provide services. Health Screening: For LN/OCN employees, the minimum screening requirements are as follows: The screening must be completed by a medical provider licensed in a country with oversight and accountability of the medical profession, and the Contractor must maintain a copy of the completed medical screening documentation in English. Government base operations center personnel may request documentation prior to issuance of access badges, as well as by medical personnel for compliance reviews. Pre-employment medical screening of LN/OCN employees will not be performed in the Medical Treatment Facility. All LN/OCN employees whose job requires close or frequent contact with non-LN/OCN personnel (e.g., DFAC Workers, security personnel, etc.) must be screened for tuberculosis (TB) using a chest x-ray. A tuberculin skin test (TST) is unreliable as a standalone screening test for tuberculosis disease in LN/OCN personnel and shall not be used. LN/OCN employees involved in food service, water and ice production must be screened annually for signs and symptoms of infectious disease. Contractors must ensure employees receive typhoid and Hepatitis A vaccinations and shall ensure this information is documented in the employees� medical record / screening documentation. CONTRACTOR CAPABILITY SURVEY for Foreign Military Sales (FMS), F-15 International Programs Division Base Operations Support (BOS) - Kingdom of Saudi Arabia (KSA) Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: ����� Company/Institute Name: ����� Address: ����� Point of Contact: ����� CAGE Code: Phone Number: E-mail Address: Web Page URL: Government Proposed North American Industry Classification System (NAICS) Code:_ NAICS 561210 - Base facilities operation support services ������ Based on the Government proposed NAICS Code, state whether your company is: Small Business����������������������������������������������� (Yes / No) Woman Owned Small Business�������������������� (Yes / No) Small Disadvantaged Business���������������������� (Yes / No) 8(a) Certified������������������������������������������������� (Yes / No) HUBZone Certified��������������������������������������� (Yes / No) Veteran Owned Small Business�������������������� (Yes / No) Service Disabled Veteran Small Business����� (Yes / No) ����� System for Award Management (SAM)� ����������� (Yes / No) ����� A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Responses to the Capability Survey Part I and Part II must be received no later than close of business 12 JAN 2024. �Please ensure data is in a readable electronic format that can be received through a firewall.� Attachments shall not to exceed 10 MB per email.� Multiple emails are acceptable.� Responses must be sent via email to the following: Ricardo Jones, PCO; email address: ricardo.jones@us.af.mil Kerry Thompson, Contracting Specialist; email address: kerry.thompson.4@us.af.mil Jose Palaypayon, Contracting Specialist; email address: jose.palaypayon@us.af.mil Patti Campbell, Program Manager; email address: patti.campbell@us.af.mil Part II. Capability Survey Questions General Capability Questions: Describe briefly the capabilities of your facility and nature of services you provide.� Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in complexity to this requirement.� Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company�s experience in Foreign Military Sales (FMS), Base Operations Support (BOS) - Kingdom of Saudi Arabia (KSA). Describe your company's capabilities and experience in assisting the KSA in the standup and operations of air bases for mission support which assists in strengthening the international alliance between the U.S. Government (USG) and the KSA by providing acquisition support under the FMS Program. What quality assurance processes for quality of services through a quality and/or inspection system.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2d7889195ca74afcb38e771180496ec7/view)
 
Place of Performance
Address: Al Nakhla, KAAB, KKAB, KFAB, KFDAB, SA-01, SAU
Country: SAU
 
Record
SN06896797-F 20231130/231128230049 (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.