Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2009 FBO #2912
SOLICITATION NOTICE

M -- Logistics Support Services - FA8601-10-R-0012 - Draft Performance Work Statement

Notice Date
11/12/2009
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-R-0012
 
Archive Date
4/1/2011
 
Point of Contact
Shelley D Deardorff, Phone: 937-522-4525, Rabbanai T Morgan, Phone: 9375224569
 
E-Mail Address
shelley.deardorff@wpafb.af.mil, rabbanai.morgan@wpafb.af.mil
(shelley.deardorff@wpafb.af.mil, rabbanai.morgan@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) for Logistics Support Services (LSS) at Wright-Patterson Air Force Base (WPAFB) The Government contemplates award of a contract for Logistics Support Services (LSS) to be performed at Wright-Patterson Air Force Base (WPAFB), Ohio and at geographically separated locations supported by WPAFB. Information regarding this requirement was previously posted under announcement number FA8601-08-R-0066. No further information regarding this requirement will be posted under announcement number FA8601-08-R-0066. POINT OF CONTACT: Shelley D. Deardorff (937) 522-4525 (937) 257-3926 shelley.deardorff@wpafb.af.mil, All correspondence sent via e-mail must contain a subject line that reads "FA8601-10-R-0012, LSS." E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. If not using e-mail of fax, send correspondence regarding this announcement to: 88 CONS/PKBB ATTN: Deardorff/FA8601-10-R-0012 1940 Allbrook Drive, Room 109 Wright-Patterson AFB OH 45433-5309 Fax and e-mail correspondence shall also reference "FA8601-10-R-0012, LSS" The Government anticipates issuing a formal request for proposals (RFP), under this announcement number, by 30 June 2010, which will include detailed information on any set-asides, competition, sub-contracting, source selection, evaluation factors, collective bargaining, etc. Prior to issuance of a formal RFP, the Government may issue a draft RFP also under this announcement number. Information, instructions, etc. in a draft RFP will be as close as reasonably possible to that contained in the formal RFP. However, anything contained in a draft RFP, draft Performance Work Statement (PWS) or any other draft document posted prior to issuance of the formal RFP is subject to change and shall not qualify any information, instructions, etc. contained in the formal RFP. UPDATES/CHANGES : Should you wish to receive notices of updates/changes regarding this announcement; click the "Add to Watch List" button at the bottom of this page and follow the registration instructions. If you do not register, it is your responsibility to periodically review this web site for any updates/changes to this announcement to include cancellation. DESCRIPTION OF REQUIRMENT: LSS involves Base Supply, Transportation, Transient and Aerospace Ground Equipment (AGE) Maintenance, and Precision Measurement Equipment Laboratory (PMEL). A detailed description of the requirement is contained in the draft PWS attached to this announcement. Prospective offerors and other interested parties are invited to submit questions and to provide comments to assist the Government in refining and improving the PWS. Questions and comments regarding the PWS are due to the point of contact identified in this announcement by, 5:00 P.M. Eastern Standard Time, 18 December 2009. ESTIMATED MAGNITUDE OF SERVICES REQUIREMENT: Based on the services required, as currently described in the PWS, the estimated price range is between $50,000,000 and $75,000,000. Notwithstanding any estimated price range provided, price proposals should be reasonable, balanced, realistic, and competitive. A price may be considered reasonable if the amount does not exceed that which would be paid by a prudent person in the conduct of competitive business. Unbalanced pricing is indicated when, despite a reasonable total price, the price of one or more contract line items is significantly over or understated. Realistic prices reflect a clear understanding of the requirement and are consistent with other elements of an offeror's proposal. Prices may be considered competitive if they are comparable to other prices that are determined to be reasonable, balanced, and realistic. TENTATIVE ACQUISITION SCHEDULE: The milestones below take into consideration the scope, complexity, estimated price range, and clearance/approval levels relative to the requirement, as currently described in the announcement. A. Release of Draft PWS - 12 November 2009 B. Release of Draft RFP - 26 April 2010 C. Site Visit - 14 May 2010 D. Release of Formal RFP - 30 June 2010 E. Receipt of Proposals - 30 July 2010 F. Source Selection Decision - 5 November 2010 G. Contract Award - 10 December 2010 H. Start of Transition Period - 1 March 2011 I. Start of First Performance Period - 1 April 2011 CURRENT CONTRACT INFORMATION: LSS services are currently performed under contract F33601-03-C-0004 by Allstar Technical Services, Inc., CAGE CODE 3P601. The current contract expires 31 March 2010. Based on the estimated start date of the follow-on contract, the Government may pursue extension of the current contract or award of a bridge contract. The following services performed under the existing contract are covered by collective bargaining agreements (CBAs); Supply, Transportation, Precision Measurement Equipment Laboratory (PMEL), and Maintenance including Transient Aircraft and Aerospace Ground Equipment (AGE) maintenance. An RFP will incorporate the applicable CBAs. Additional information regarding the current contract is posted at the Wright-Patterson Air Force Base FOIA Reading Room, http://www.wpafb.af.mil/library/factsheets/factsheet.asp?id=6680.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-R-0012/listing.html)
 
Place of Performance
Address: 88 MSG/LGRL, 1940 Allbrook Dr, Bldg 1, Door 21, Rm 4, Wright-Patterson AFB,, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02002569-W 20091114/091112235033-9333e9327b02bdcca089857a24ed49a5 (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.