MODIFICATION
R -- ANG Air Traffic Control - PWS
- Notice Date
- 10/12/2018
- Notice Type
- Modification/Amendment
- NAICS
- 488111
— Air Traffic Control
- Contracting Office
- Department of the Army, National Guard Bureau, National Guard Bureau, Operational Contracting, ATTN: NGB-OPARC-AQ, 111 South George Mason Drive, AHS-2, Suite T419A, Arlington, Virginia, 22204-1382, United States
- ZIP Code
- 22204-1382
- Solicitation Number
- W9133L-19-R-ATC
- Point of Contact
- Elizabeth R. Henderson, Phone: 2406128020
- E-Mail Address
-
elizabeth.r.henderson6.mil@mail.mil
(elizabeth.r.henderson6.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS W9133L-19-R- AIR TRAFFIC CONTROL OPERATIONS, WEATHER REPORTING AND AIR TRAFFIC CONTROL AND LANDING SYSTEMS MAINTENANCE SERVICES Brief Description: T he National Guard Bureau (NGB)/A2/3/6/10YA has an ongoing requirement for non-personal services to provide services that meet or exceed performance objectives. These services are in direct support to the flying mission of the Air National Guard under the oversight of the Air National Guard (ANG) Airfield Operations and Air Traffic Control (ATC) Systems Branches managing the ATC Operations, Aviation Weather Collection/Dissemination and Air Traffic Control and Landing Systems to include Weather Sensing and Collection Systems. The ANG anticipates the need for a contracted solution for a Performance Based Services effort that includes personnel, equipment, tools, materials, supervision and other items and services necessary (except as identified as Government Furnished Property and Services) to perform Management, Operations, Maintenance and Administrative functions for complex Air Traffic Control Operations and Weather Reporting, and Air Traffic Control related maintenance services for multiple locations supporting the Air National Guard, USAF, DoD and Commercial flying community for multiple ANG locations. No solicitation is being issued at this time. It is anticipated the contract period of performance will be base year of (12) months and four (1) one year option period. Response Date: 15 October 2018 Contract Specialist: TSgt Elizabeth R. Henderson, E-Mail: elizabeth.r.henderson6.mil@mail.mil Primary NACIS Code: 488111 (Air Traffic Control). Size Standards: 32.5 Million Place of Performance: Performance shall be at Ellington Airport, Houston, TX, Bldgs., (1296, 799, 1452, 114, 1450 & 196), Francis S. Gabreski Airport, Westhampton Beach, NY, Bldgs., (250, 338,1210, 1211, 1212 & 331), Eastern West Virginia Regional Airport, Martinsburg, WV, Bldgs., (304), Quonset State Airport, Kingstown, Rhode Island, Bldgs., (175, 07107 & 07106), Rickenbacker International Airport, Columbus, OH, Bldgs., (500), Stanley County Airport New London, NC, Bldgs., (16A & 60), Burlington International Airport, Burlington, VT, Bldgs., (900), Alpena Phelps-Collins ATCT, Alpena, MI, Bldgs., (30). The National Guard Bureau (NGB) Operational Contracting Division, on behalf of NGB/A2/3/6/10YA is conducting market research to determine the availability of qualified sources to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to support ATC Operations, Aviation Weather Collection/Dissemination and Air Traffic Control and Landing Systems to include Weather Sensing and Collection Systems. THIS IS NOT A FORMAL SOLICITATION. The Government is seeking to determine what qualified sources exist to fulfill this requirement. This information may be used to determine if there is a potential of a small business set-aside. The purpose of this "Sources Sought/Market Survey" is to gain knowledge of potential qualified sources and to develop additional knowledge of the existing market for the required services. The draft Performance Work Statement is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Feedback on individual submissions will not be provided. The Government requests interested small businesses parties submit a response which shall include a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, Large Business, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by teaming partner. Capability Packages should clearly address the following: A technical understanding of the requirement. Key Personnel: Do the key staff members have experience in oversight of ATC Operations, Aviation Weather Collection/Dissemination and Air Traffic Control and Landing Systems to include Weather Sensing and Collection Systems services? Past Performance: Do you have specific documented past performance and experience in ATC Operations, Aviation Weather Collection/Dissemination and Air Traffic Control and Landing Systems to include Weather Sensing and Collection Systems services? In addition, the following questions must be answered and elaborated on as part of the package: •(1) Past Performance - Does your firm have the relevant past performance experience within the last three years of managing and operating Air traffic Control Facilities and Air Traffic Control and Landing Systems and Weather Equipment? •(2) Corporate Experience - Does your firm have the work experience similar in nature, scope, complexity, value and difficulty of work Air Traffic Control management, Operations, Aviation Weather Collection/Dissemination and Air Traffic Control and Landing Systems to include Weather Sensing and Collection Equipment systems to include: a. Facility staffing for Air Traffic Control and ATCALS maintenance personnel b. Experience in Limited Aviation Weather Reporting/Supplemental Weather Reporting (LAWRS/SAWRS)? c. Experience working in DOD, Federal Aviation Administration and Joint Use Aviation Related facilities •(3) Does your firm have the capability hire and retain an experienced cadre of qualified Air Traffic Controllers and Airfield Technicians with the requisite experience on Radar, Navigational Aids, Ground Radio and Weather Sensing and recording Systems? •(4) Does your firm have similar or relevant experience in administering and maintaining a robust quality control program for operational, administrative and maintenance related services? •(5) Does your firm have similar or relevant experience in administering and maintaining a robust facility and equipment safety program for operational, administrative and maintenance related services? Additional information regarding this requirement will be posted for viewing on FedBizOps at https://www.fbo.gov/ as it become available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change, the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopsis or release of the solicitation. Interested parties should submit the information requested above by 15 October 2018, 1:00 pm EDT to E-Mail: elizabeth.r.henderson6.mil@mail.mil Please include company name, address, telephone number, and technical point of contact, brochures/literature. Capability packages must not exceed 15 pages (12 point font with on-inch borders, not including pictures, brochures and Market Survey), must be submitted electronically and should clearly indicate whether your firm is able capable to provide ATC and Weather Reporting Services. All contractor questions must be submitted no later than 12:00PM EDT on 04 October 2018 to the contract specialist, TSgt Elizabeth R. Henderson, E-Mail: elizabeth.r.henderson6.mil@mail.mil. Telephone calls regarding this notice will not be accepted. All information is to be submitted at no cost or obligation to the Government. All information marked {Proprietary to 'company name'} will not be disclosed outside of the Department of Defense. THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT NOTICE. Additional Info: Additional documentation Contracting Office Address: National Guard Bureau, Contracting Support, ATTN: NGB-OPARC-AQ, 111 South George Mason Dr., Bldg 2, 4 th Floor, Arlington, VA 22204-1373 Point of contact(s): TSgt Elizabeth R. Henderson, 240-612-8020 Theresa M. Glasgow, Contracting Officer, 703-607-0983 National Guard Bureau, Contracting Support
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-19-R-ATC/listing.html)
- Record
- SN05122720-W 20181014/181012230637-d8d2200abefdf88f0be395143fd4936d (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 |