SOURCES SOUGHT
R -- Professional Engineering Services - Performance Work Statement
- Notice Date
- 7/10/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-R-0055
- Archive Date
- 8/9/2012
- Point of Contact
- Diane X. Chen, Phone: 9375224584
- E-Mail Address
-
Diane.Chen@wpafb.af.mil
(Diane.Chen@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement The Contracting Officer has determined that a Blanket Purchase Agreement may be the most advantageous method for procuring this requirement (See FAR 13.303). A BPA arrangement will involve the below listed requirements: a. The BPA is written for a period of 3 years and during this period the government is only obligated for actual purchases made under the BPA. Therefore, the BPA will not include a minimum or maximum dollar limitation during this three (3) year period. b. The Contracting Officer must approve the price lists your company submits prior to establishing the BPA. Any time during the 3-year period, the contractor can submit a request to increase or decrease its prices. Price lists are valid for a specific period of time; i.e. 28 Sep 12 through 27 Sep 13. TO PROCURE Professional Engineering Services for USAFSAM/ESOH Service Center at Wright-Patterson AFB (WPAFB), OH in accordance with attached performance work statement. The contractor shall perform the tasks outlined in the following list to fulfill the requirements: 4.1 Indoor Air Quality (IAQ). 4.2 Risk Communication Consultation. 4.3 Risk Communication Workshop. 4.4 Risk Communication Facilitation. 4.5 Industrial Operations Risk Assessment. 4.6 Industrial Ventilation Assessments. 4.7 Periodic Industrial Ventilation Validations. 4.8 Respirator Fit Validation. 4.9 Ergonomics Assessment. 4.10 Specific Expanded Standards Audit/Assessment. 4.11 Asbestos Audit (Community). 4.12 Environmental, Safety and Occupational Health Compliance Assessment and Management Program (ESOHCAMP). 4.13 Operational Risk Management (ORM) Program Technical Assessment. 4.14 Sampling. 4.15 Voluntary Protection Plan (VPP) Program Audit/Development. Firms responding shall be able to provide professional engineering services as requested by USAFSAM/ESOH Service Center at Wright-Patterson AFB (WPAFB), OH in accordance with attached performance work statement. To qualify, firms shall be able to perform all tasks in accordance with attached performance work statement. Firms responding should demonstrate technical compliance by having an established performance record in providing professional engineering services outlined in attached performance work statement. Additionally, sales history including recent commercial companies serviced should be included to determine commerciality. Firms responding should indicate whether they are a large or small business. If a small business, please specify the type (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the average annual receipts does not exceed $14.0 Million. NAICS Code to be used for this acquisition is 541330 "Engineering Services". The Air Force reserves the right to consider a set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. FOB Destination. Payment terms by Government Credit card or Wide Area Work Flow Acceptance. Net 30 days. Any information submitted by respondents to this sources sought synopsis is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package : All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities and product/service specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Diane.Chen@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAB POC: Diane Chen, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 p.m. Eastern Daylight Time, 25 July 2012. Direct all questions concerning this acquisition to Diane Chen at (937) 522-4584 or at Diane.Chen@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0055/listing.html)
- Place of Performance
- Address: Please see attached Performance Work Statement for Place of Contract Performance., United States
- Record
- SN02798413-W 20120712/120710235555-5f0b16423bcd135c46427a4c49290ac2 (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 |