SOURCES SOUGHT
R -- Materiel Management and Maintenance Logistics Support Services - Draft Performance Work Statement
- Notice Date
- 3/15/2018
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-18-R-0036
- Archive Date
- 5/2/2018
- Point of Contact
- Terra R. Rivera, Phone: 9375224630, Toxie Courtney III, Phone: 937-522-4568
- E-Mail Address
-
terra.rivera@us.af.mil, Toxie.Courtney.1@us.af.mil
(terra.rivera@us.af.mil, Toxie.Courtney.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2: Draft Performance Work Statement Appendices Attachment 1: Draft Performance Work Statement SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-18-R-0036 SS The United States Air Force, AFLCMC, Operational Contacting Division, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Veteran-Owned (VOSB), and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing Logistics Support Services in the areas of Materiel Management and Maintenance for Transient Aircraft (TA) and Aerospace Ground Equipment (AGE). 88 th Logistics Readiness Squadron (LRS) is seeking a Firm-Fixed Priced contract (base year and four one-year options). Firms that respond shall specify that their services meet the specifications provided below and in attachments and provide detailed information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality. Detailed Specifications are listed in the attachments identified below: • • • Attachment 1: Draft Performance Work Statement (26 January 2018) • • • Attachment 2: Draft Performance Work Statement Appendices (26 January 2018) All interested firms shall submit a response demonstrating their capabilities to provide the requested service to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. NAICS Code assigned to this acquisition is 561210 (Facilities Support Services), with a size standard of $38.5 Million. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), VOSB, SDVOSB, WOSB, EDWOSB, and/or HUBZone). 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. Capability responses will be assessed and the data will be used to assist the Government in determining the acquisition strategy, including Small Business Set Aside (SBSA), sole source, or full and open, for any potential subsequent action. In accordance with Federal Acquisition Regulation (FAR) 10.001, market research results will be used to determine whether FAR Part 19 criteria are met for a SBSA or further socio-economic set aside. Note that a key factor in determining an acquisition to be a SBSA is that small business prime contractors meet the requirements set forth in compliance with FAR 52.219-14, Limitation of Subcontract. Responses from small businesses, therefore, need to include rationale as to how compliance with FAR 52.219-14 will be achieved. Also, the rules governing affiliation and ostensible subcontracting apply when determining size, as does the non-manufacturer rule. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. CAPABILITIES PACKAGE : All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements, as stated in Attachment 1 & 2 hereto. Please answer the following questions: •1 1. Does firm have direct and relevant Material Management and Maintenance experience? a. Demonstrate recent application and successful accomplishment of major disciplines to include all Material Management, Transient Aircraft (TA) Alert and Aerospace Ground Equipment (AGE) Maintenance Sections. • 2. Does firm have management teams meeting or exceeding the minimum requirements listed within the Performance Work Statement? a. Demonstrate corporate strategy to ensure only qualified personnel execute each discipline. Include a mitigation plan to fill vacant positions if needed. b. Each position requires verifiable evidence of successful experience in both listed minimum years and discipline. 3. Does firm convey commitment to internal quality assurance and training oversight? a. Demonstrate corporate level oversight to ensure that local quality assurance, training, safety and environmental programs and procedures continuously meet or exceed corporate expectations. b. Demonstrate a culture of independent problem solvers and internal mitigation plans that do not rely solely on government direction/oversight. Responses may be submitted electronically to the following e-mail address: terra.rivera@us.af.mil. All correspondence sent via email shall contain a subject line that reads " Materiel Management and Maintenance Logistics Support Services." If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to your email. All other attachments may be deleted. Emails shall be limited to 10MB or less. Responses may also be mailed to: AFLCMC/PZIBB, ATTN: POC - Ms. Terra Rivera 1940 Allbrook Dr., Rm 109 Wright-Patterson AFB, OH 45433-5344 RESPONSES ARE DUE NO LATER THAN 4:00 PM Eastern Time, 17 April 2018. Direct all questions concerning this acquisition to Terra Rivera at terra.rivera@us.af.mil. The Materiel Management and Maintenance for TA and AGE are covered by collective bargaining agreements (CBAs). Should an RFP be issued for this requirement, the applicable CBAs will be incorporated into the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-18-R-0036/listing.html)
- Record
- SN04855707-W 20180317/180315231542-2e58095acec6c9db142282227478cf73 (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 |