SPECIAL NOTICE
S -- Air Force Common Output Level Standards (AF COLS) - Grounds Maintenance (Tyndall AFB) - RFI - AF COLS - Grounds Maintenance Test
- Notice Date
- 8/18/2015
- Notice Type
- Special Notice
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave Ste B, Tyndall AFB, Florida, 31005, United States
- ZIP Code
- 31005
- Solicitation Number
- FA4819-15-T-0015
- Point of Contact
- Amber Maestri, Phone: (850) 283-7423, Karen Wagner, Phone: (850) 283-8643
- E-Mail Address
-
amber.maestri.2@us.af.mil, karen.wagner.1@us.af.mil
(amber.maestri.2@us.af.mil, karen.wagner.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AF COLS Solicitation DRAFT - Bid Schedule AF COLS Solicitation DRAFT - Section L&M (Instructions to Offerors & Evaluation Criteria) AFCEC DRAFT Grounds Maintenance PWS AF COLS Fact Sheet TITLE: Air Force Common Output Level Standards (AF COLS) Compatible Contracts Initiative - Tyndall AFB Grounds Maintenance Pilot This is a special notice issued solely to obtain industry input on the Air Force's AF COLS Compatible Contracts Initiative. AF COLS are standards for the delivery of Installation Support (IS) services on an Air Force base. The Air Force charted AF COLS to standardize the delivery of Installation Support services across all Air Force bases. The intent was not to degrade existing standards but to provide consistency across the Air Force. Today's fiscal reality makes standardization and transparency even more critical. AF COLS currently covers approximately 41 IS functions ranging from those commonly found in a Mission Support Group to many found on a Wing Staff (Public Affairs, Legal, etc.). See the attached "AF COLS Fact Sheet" for more information on the purpose of AF COLS. The Air Force intends to craft select installation support contracts with the flexibility to change levels of service. It's anticipated that service standards of AF COLS Compatible Contracts will change no more than annually (when directed by Headquarters Air Force). This initial pilot uses the Tyndall AFB Grounds Maintenance requirement as a test. However, once proven, the Air Force may apply this concept to many AF COLS covered installation support services. The Air Force Civil Engineer Center (AFCEC) and the 325th Contracting Squadron (325 CONS) are soliciting input from industry on the attached Performance Work Statement, instructions to offers and evaluation criteria. While the pilot is for a grounds maintenance requirement, feedback on the AF COLS Compatible Contract Initiative in general is welcome and encouraged. All comments are appreciated, but specific feedback is requested concerning the following areas: - Amount of time/notice required to adjust between AF COLS levels. - Proposed way to build in "AF COLS Level Change Costs." Change costs would be considered allowable costs incurred to either increase service (i.e. level 3 to 1) or reduce service (i.e. level 1 to 3), and could include personnel and equipment increases or decreases for example. - AFCEC Standardized Grounds Maintenance PWS (contemplated for USAF-wide use. Tyndall AFB Grounds Maintenance Pilot DRAFT synopsis: This is contemplated to be a Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This effort will include all materials, labor, tools, equipment, transportation, supervision, management and other services necessary for maintaining grounds on Tyndall AFB, FL in a manner that will promote the growth of healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance. The North American Industry Classification System (NAICS) code 561730 Seasonal Property Maintenance Services will apply to this acquisition. The size standard for this NAICS code is $7,500,000. The Government may reduce or increase the workload of specific services, at the option year, based on the AF COLS set by Headquarters Air Force. Each AF COLS level will be associated with a specific workload found in Appendix A of the Performance Work Statement (PWS). Only one AF COLS level will be executed per contract year, the AF COLS level will not change within the contract year. The Contractor shall provide costs based on each AF COLS level at contract bid. The Contractor will be notified of the AF COLS level for the base year by the Contracting Officer (CO). The Contractor shall perform services and invoice the Government according to the AF COLS level specified by the CO. The Government will specify which AF COLS level will be utilized in option years when notifying the Contractor on the decision to exercise that option year. The period of performance will include a twelve (12) month base period and four (4) twelve (12) month option periods. All work shall be in strict compliance with the specification of the contract. This will be solicited as a total Small Business set aside. The Government intends to hold this posting for 75 days in order to receive feedback from industry regarding any and all issues, both positive and negative associated with operating a contract in this manner. This contract model will potentially be utilized for other services throughout the Air Force in the future, such as, but not limited to: custodial services and certain portions of base operating services. Attached are the draft Performance Work Statement and Bid Schedule, which are meant to be tailorable to any Air Force installation, from Tyndall AFB, FL to Eielson AFB, AK. Also, attached are the draft instructions to offerors and evaluation criteria the Government is contemplating. Due to the untested nature of this acquisition the Government is extremely interested in ensuring that contractors can operate under this construct and that the Air Force will receive the desired level of service. The Government is actively looking for second and third order effects that could be caused by operating in this manner. Feedback is welcomed! Please provide all input to TSgt Amber Maestri at amber.maestri.2@us.af.mil and Ms. Karen Wagner at karen.wagner.1@us.af.mil. Based on the feedback received, an industry day may be set up in the future to address comments or concerns prospective contractors may have with contract implementation. The successful offeror will be selected using Lowest Price Technically Acceptable Source Selection Procedures in accordance with Federal Acquisition Regulation (FAR) Part 15, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS). It is anticipated that a solicitation could be issued electronically within the next fiscal year, on the Federal Business Opportunities (FBO) web. Paper copies will not be available. It is anticipated that the following viewers will be needed to view the solicitation and all attachments: Microsoft Word (.doc), Microsoft Excel (.xlsx), Adobe Acrobat Reader (.pdf) and WinZip (.zip or.exe).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/62c847a342660ec8bb47a26bdf34b62c)
- Place of Performance
- Address: 501 Airey Avenue, Suite 5, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN03843167-W 20150820/150818235455-62c847a342660ec8bb47a26bdf34b62c (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 |