SOURCES SOUGHT
R -- ESG EOD Reconstitution - PWS
- Notice Date
- 4/15/2013
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
- ZIP Code
- 32403
- Solicitation Number
- FA8051-13-RFI-EODR
- Archive Date
- 6/15/2013
- Point of Contact
- Zachary A. Martens, Phone: 8502836764, Mary R. Harriott, Phone: 8502836686
- E-Mail Address
-
zachary.martens@tyndall.af.mil, mary.harriott@tyndall.af.mil
(zachary.martens@tyndall.af.mil, mary.harriott@tyndall.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement ESG 772 ESS SOURCES SOUGHT NOTICE 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The United States Air Force (USAF) has a requirement in support of Directorate of Headquarters Air Force Civil Engineer Center (HQ AFCEC) for the purchase of Explosive Ordnance Devices (EOD) Equipment Management Services. The contractor shall obtain accountability of EOD equipment through two equipment management efforts. a. The first effort is to send inventory management teams to visit each base to assist each EOD unit complete equipment inventories, evaluate equipment serviceability, update Air Force Equipment Management System (AFEMS) accounts, populate the ACES/PR (Automated Civil Engineering System/Personnel Readiness) database and prepare for implementation of the EODIMS (EOD Information Management System) Resources Module. The inventory teams shall work together with field units to ensure EOD equipment is accounted for in the logistics system and postured for effective functional management. The end goal is to inventory UTCs and other accountable equipment, gain 100% visibility of all on-hand equipment, and update the systems of record (ACES and AFEMS). b. The second effort is to establish and operate an equipment reconstitution facility. The end goal is to receive deployed equipment from the Air Force Central (AFCENT) Command and return it to serviceable condition, fill existing unit shortages, rebuild mobility equipment sets, and return equipment to depot. 3. The Government is performing market research primarily in order to determine if there are firms that possess the capability to execute the requirements of this anticipated request for information (RFI). Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 4. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 541614 is applicable to this acquisition. The small business size standard for this NAICS is $14 Million Dollars. It is anticipated that the performance period will not begin until June of 2014. 5. Contractors who can provide theservices should submit in writing an affirmative response which includes as a minimum the following information: a. What is the name of your business? b. What is your business address? c. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market? d. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business, Alaskan Native, Native American, Tribal, Service Disabled Veteran-Owned concern, or other socioeconomic status according to NAICS code 541614? (Specify all that apply.) e. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 f. Identify any projects completed in the past for the same or similar items to help determine your firm's capability in meeting the requirement for the items listed in the attached spreadsheet. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. g. Is this service available on a GSA Schedule? If so, please provide the GSA Schedule number and special item number. If GSA is in the process of awarding a schedule for this service please provide the GSA point of contact name and phone number. 6. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: zachary.martens@tyndall.af.mil and mary.harriott@tyndall.af.mil 7. The deadline for submitting questions will be 5:00 PM central time on 26 April 2013. All questions MUST be submitted via email to the email addresses listed above. All responses shall be received by 15 May 2013 at 5:00 PM central time. Responses shall be no more than 20 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 20 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to both Contract Specialist (zachary.martens@tyndall.af.mil) and Contracting Officer (mary.harriott@tyndall.af.mil). The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement. Attachment 1: Performance Work Statement -EOD Equipment Management Services
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/75e6cc7060b503bec8746b0e251fb02d)
- Place of Performance
- Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN03036649-W 20130417/130415234516-75e6cc7060b503bec8746b0e251fb02d (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 |