Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
SOURCES SOUGHT

R -- Advisory & Assistance Services for Air Force Reserve Command Facilities’ Program - Draft PWS - Industry Survey

Notice Date
3/2/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
FA664312S0001
 
Archive Date
4/30/2012
 
Point of Contact
Diane C. Sharpe, Phone: 4783271606
 
E-Mail Address
diane.sharpe@us.af.mil
(diane.sharpe@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Industry Survey Questions Draft Performance Work Statement dated 2 March 2012 1. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The purpose of this Sources Sought Synopsis (SSS) is to assist Headquarters Air Force Reserve Command (AFRC), Robins Air Force Base, Georgia in determining the potential level of interest, adequacy of competition, and technical capabilities within industry, especially the small business community, to provide support to the Air Force Reserve Command's Civil Engineering function. Small businesses with the requisite capabilities are encouraged to respond. The contractor shall provide advisory and assistance services (A&AS) in all major disciplines of engineering. This is a follow-on acquisition to two previous task orders via the Air Force Center for Engineering and Environment (AFCEE) FA8903-08-D-8791, task order 5Y01 and FA8903-10-D-8501, task order 0151. The period of performance is anticipated to be a twelve-month basic period and two annual option periods. The place of performance is at HQ AFRC and other AFRC units as identified in the PWS. 2. A draft Performance Work Statement (PWS) is Attachment 1 to this notice. Comments from industry are encouraged in your response. The government will consider your inputs in the final PWS requirements. 3. Respondents are requested to provide narrative addressing the following: (A) firm's core competencies in all the engineering disciplines including civil, mechanical, electrical, and environmental engineers as well as civil, mechanical, and electrical technicians; (B) corporate and personnel with expertise related to military civil engineering are preferred and (C) firm's capacity and capability to provide on-site expertise at the locations identified in the PWS. 4. Respondents are requested to provide a narrative addressing knowledge and experience in the following areas: (A) FSRM programming, including DD Form 1391 development for various types of facility projects; (B) cost estimating; (C) work classification; (D) Statements of Work development; (E) technical expertise in proposal evaluation; (F) program management; (G) technical expertise for review of other A-E designs; (H) space planning; (I) Air Force contracting procedures; (J) effective communications with customers, regulators, engineers, the public, etc., as applicable; (K) Automated Civil Engineering System (ACES), Microsoft Excel, Microsoft ACCESS, and Auto CADD; and (L) Responsiveness (capability and capacity) to a wide variety of facility and infrastructure surge requirements. 5. Respondents are requested to indicate the potential level of interest in responding to the solicitation as a prime or subcontractor/team member. 6. Respondents are requested to provide answers to the survey questions in Attachment 2 to this notice. The government encourages submission of any additional comments. We welcome your participation to make this acquisition effective and efficient. 7. This SSS is solely intended to obtain Market Research information in accordance with the Federal Acquisition Regulation (FAR) Part 10 and its supplements to assist the government in formulating an acquisition strategy for procurement of these critical services. The NAICS for this procurement is 541330, Engineering Services with a sized standard of $4.5M. 8. This SSS does not constitute a Request for Proposal (RFP), a commitment to issue an RFP in the future, or award a contract for these services. Respondents are advised that the U.S. Government will not pay or reimburse costs for any information provided in response to this SSS. 9. Responses to this SSS and survey at Attachment 2 are to be submitted by email only no later than Thursday, 15 March 2012 to diane.sharpe@us.af.mil. All responses from prospective offerors should include the return email address, firm name, CAGE code, DUNS number, mailing address, telephone number and point of contact within the body of the response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/FA664312S0001/listing.html)
 
Place of Performance
Address: HQ Air Force Reserve Command, Robins AFB GA and various other AFRC units, Warner Robins, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02687981-W 20120304/120302234806-ce1d243a8844c6792985c92ff8cebd88 (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.