SOURCES SOUGHT
A -- AFP 42 Operations and Maintenance Six-Month In-sourcing Bridge Effort
- Notice Date
- 1/8/2010
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- ASC/ENVK (PKWXV)Building 81801 Tenth StWPAFB OH
- ZIP Code
- 00000
- Solicitation Number
- FA8623-10-R-6401
- Response Due
- 1/29/2010
- Archive Date
- 12/30/2011
- Point of Contact
- Jane Stovall, 937-255-1977
- E-Mail Address
-
jane.stovall@wpafb.af.mil;
(jane.stovall@wpafb.af.mil;)
- Small Business Set-Aside
- N/A
- Description
- The Operations and Maintenance at AFP 42 was identified for in-sourcing. In-sourcing is defined as the conversion of this work from a contracted effort to one run by Air Force civilian employees. A six-month "bridge" effort is required from expiration of the current five-year AFP 42 O&M contract on 1 Aug 2010 through 31 Jan 2011 to allow sufficient time for the Air Force to complete the in-sourcing initiative for AFP42. This six-month bridge effort will have no options for further work. No extensions are anticipated. The selected contractor will be required to provide the personnel, program/business management staff, services, and equipment to accomplish the - contractor operation of Air Force Plant 42 as described in the following paragraphs. A Secret Security Clearance and/or National Agency Check for a determination of trustworthiness (within the last 5 years) may be required in the performance of the contract for selected personnel based on the nature of their duties and positions. The O&M contractor must provide fire protection and emergency medical response, on 24/7 basis. The O&M contractor must also provide building maintenance, vehicle maintenance, airfield maintenance, fuels management, engineering/environmental services, information and telecommunications, and contract administration services. Fire Protection services include but are not limited to the following: structural fire protection, aircraft rescue fire fighting (ARFF), confined space rescue, emergency medical and emergency transportation service, hazardous material response, fire communication dispatch center, and mutual aid. In addition, the contractor shall be responsible for the administration of a Fire Prevention Program and Facility Inspection Program for the entire installation. Maintenance includes General Facility, Airfield, and Vehicle Maintenance Services. These services include but are not limited to the following: all pavements, buildings, utility systems, mechanical systems, custodial services, refuse disposal, and rodent/pest control for the common area. In addition, the contractor shall be responsible for fuels management, including fuels storage and refueling and defueling operations, transient alert aircraft operations, Bird Aircraft Strike Hazard (BASH)/Abatement Program, Foreign Object Debris (FOD) Program, maintenance and repair of general and special purpose vehicles utilizing various energy sources. Engineering/Environmental services include but are not limited to the following: engineering services in support of contractor functional departments at AFP 42, recommendations to Det 1 for Capital-Type Rehabilitation (CTR) projects, and recommendations to Financial Plan (FIN), Budget Estimate Submittals (BES), and Program Objective Memoranda (POM) submittals. The contractor shall manage the Energy Conservation Program, maintain plant-wide as-built drawing files and associated information library, provide reproduction services, conduct quality control for taskings performed by sub-contractors or in-house work forces, maintain/report real property updates utilizing the Automated Civil Engineering Systems (ACES), manage small dollar Capital-Type Rehabilitation projects. Environmental services shall initiate, develop, document, implement, and maintain environmental programs to include compliance, pollution prevention, and restoration activities in the common use area. Information and telecommunications services shall include but are not limited to support of: the following systems: telephone, radio/microwave communication, office automation, and computer networks supporting Det 1 operations. In addition, the contractor shall provide technical recommendations to Det 1 on any proposed changes to electronic interfaces affecting AFP42's communication hub (facility). Contractor shall also provide Det 1 inter-plant mail, courier, and photographic services. Contract administration services shall include but are not limited to the following: performance of contract administration; procurement; contract budget, accounting, and invoicing; supply management; subcontract management, and scheduling. The contractor will be responsible for UID Compliance DFARS 252.211-7007 and 252.211-7003(c). Management, accountability, and reporting of Government Furnished Property (GFP) shall be governed by Parts 45 and 52 of the Federal Acquisition Regulation (FAR). A condition of performance shall require the Contractor to administer and maintain a safety program IAW Occupational Safety and Health Act (OSHA) standards. An initial draft list of Government Furnished Property/Equipment (GFP/E) and the draft Performance Work Statement (PWS) will be published in the Wright Patterson AFB Pre Award Information Exchange System (PIXS) at www.pixs.wpafb.af.mil upon request. The contractor is responsible for identifying and providing all other training/property/equipment necessary to perform all services. Only GFP/E shown will be provided. Other proposal documents will be posted in PIXS as they become available. Contract performance is anticipated to begin 1 Aug 2010. Contractor must be fully capable on day 1. The contract is anticipated to be a six (6) month Fixed Price Award Fee contract with no options. No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Potential offerors in other set aside areas are invited to express interest. NAICS Code 561210, Facilities Support Services applies to this acquisition with a small business standard of $35.5M gross revenue average over the last three years. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996). (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). ! At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (End of Clause)." Additionally, the estimated work breakout for this contractual effort is as follows: 60%=Fire Protection, 25%=Maintenance, Safety=3%, Engineering=3%, Information Management=3%, Administration=3%, Supply/Government Property=3%. Based on this estimated work breakout, provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. AFMCFARS clause 5352.219-9001, "Use of Joint Ventures in Meeting the Limitations on Subcontracting Requirement (Nov 2007)" is planned for inclusion in this solicitation. This information! (10 pages or less) will be considered an addendum to the capability statement requested in the paragraph below. A response to this notice must include the following minimum required information: A) Description of previous operational experience of government-owned or industrial facilities, including contract number(s) (if applicable), location and ownership of the facility, total dollar value of the contract, type of contract (DoD or commercial), total operational time of facility, reason for termination or cancellation, and a point of contact for verification; B) Prospective offerors should provide a brief capability statement (20 pages or fewer) with enough detail to indicate a clear understanding of the requirement and to demonstrate a reasonable expectation of being able to perform on this contract. C) In the brief, explain the strategy/methodology, including any teaming strategy with large or small businesses that would be used to staff this contract based on a start date of 1 Aug 2010. Prospective sources must indicate both their size with respect to the above standard an! d if they are a small business or other, including 8(a) business, HuB Zone, etc. D) Assume that Government Furnished Property (GFP) will be provided and that Contractor personnel will be required to maintain it. E) Financial issues in regard to cash flow and management of the workforce. F) Provide your Property Acquisition Plan (PAP) identifying how you will acquire and ensure all necessary equipment, vehicles and material will be available on Day 1 to accomplish this six-month effort. Your Property Acquisition Plan must demonstrate you have the capability to provide all equipment, vehicles and material on Day 1 and maintain the proper equipment, vehicles and material throughout the six months of this effort. G) Provide your Staffing Plan. The Staffing Plan will include but not be limited to the following: Identify how you will initially hire and maintain qualified staffing while the Air Force pursues in-sourcing initiatives. Your Staffing Plan must demonstrate that ! you will have the fully trained staff in place on Day 1 of the contract and ensure staff will be available throughout the six months of this effort. The Government estimate of the number of contract employees is 75-125. Potential value may be $850,000/month. H) Response must include three copies of all requested information in hard copy and an electronic copy compatible with a Microsoft Office Suite or Adobe Acrobat format. All responses shall be received no later than 3 pm (EST) on 29 Jan 2010. Direct all requests for solicitations and routine communication concerning this acquisition to Jane Stovall, Contracting Officer, ASC/ENVK, at (937) 255-1977.***** For more information on "AFP 42 Operations and Maintenance Six-Month In-sourcing Bridge Effort", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6403
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8623-10-R-6401/listing.html)
- Place of Performance
- Address: AFP 422503 E. Avenue PPalmdale CA
- Zip Code: 93550
- Zip Code: 93550
- Record
- SN02038456-W 20100110/100108235609-5d021566d460ac6ffaba973669b68f62 (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 |