SOURCES SOUGHT
99 -- Fire Protection, Emergency Management and Emergency Medical Services
- Notice Date
- 11/18/2020 10:08:49 AM
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- 45CONS2020
- Response Due
- 4/6/2020 1:30:00 PM
- Archive Date
- 01/30/2021
- Point of Contact
- Amy Burke, Charlene L Thomas
- E-Mail Address
-
amy.burke.2@us.af.mil, charlene.thomas@us.af.mil
(amy.burke.2@us.af.mil, charlene.thomas@us.af.mil)
- Description
- 1.0 Description 1.1 The 45th Space Wing (45 SW) and 45th Contracting Squadron are conducting market research for non-personal services to provide expert technical services for Fire Protection, Emergency Management and Emergency Medical Services (FEMS).� This sources sought is one elements of our market research, and it will be used to help determine the acquisition approach. 1.2 This Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB).� The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of notice does not restrict the Government�s acquisition approach.� 1.3 Submitted capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements set forth in the DRAFT Statement of Work (SOW).� Recent, relevant experience in all areas should be provided.� 1.4 The North American Industry Classification System (NAICS) code is 561990, All Other Support Services.� The small business size standard is $12M. 2.0 Background ������������ 2.1 The contractor shall provide a fully certified, trained and uniformed work force whose capability and quality meets Air Force (AF) standards as detailed in the attached draft SOW and/or applicable Air Force Instruction (AFI) as defined herein. The contractor shall provide fire protection, emergency management and emergency medical services at Cape Canaveral Air Force Station (CCAFS). Services will include overall program management, financial and resource management, planning, administration, operations, supervision, labor, materials, supplies, and equipment (except as provided in Government-Furnished Services and Government-Furnished Property (GFP)). The contractor will provide all necessary uniforms, personal equipment, supplies, operation and maintenance of contractor and Government provided equipment. The contractor shall support real-time requirements 24 hours a day, 7 days a week (24/7). The mission of the 45th Space Wing (45 SW) requires that the contractor have the provisions to ensure continuous fire protection, emergency management and emergency medical services in the event of work stoppage or labor strike that may potentially degrade these service functions.� FEMS IV Services are considered mission-essential. The contractor shall perform all firefighting duties and tasks in accordance with (IAW) but not limited to the following: Department of Defense Instruction (DoDI) 6055.06, AFI 32-2001, Air Force (AF) Concept of Operations (CONOPS) for Fire Prevention & Consequence Management and the National Fire Protection Association (NFPA) standards, AF and AF Space Command (AFSPC) directives, instructions, regulations, and supplements.� The contractor shall comply with the AFSPC self-inspection program and Fire Emergency Services Self-Assessment Program MICT (MICT). The contractor shall be an active participant and comply with all mutual aid agreements for responses 2.2� All interested firms should submit a capabilities package that outlines the minimum: (1) The firm�s capabilities in providing the required services to support Cape Canaveral Air Force Station (CCAFS) which contains approximately 5 Million square feet of Space Launch and Satellite Facilities to include shipboard and aircraft. (2) Experience in manning/operating an Emergency Operation Control Center during launches, major incidents, natural disasters, hazardous material incidents, or other unforeseen contingencies, �as outlined in the DRAFT SOW (3) Relevant/Recent experience by tasks and dollar value (4) Ability to perform with own employees at least 50 percent of incurred personnel costs if small business (5) Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 2.3 Estimated Period of Performance: A firm fixed price contract is contemplated consisting of a ninety day phase-in/transition period, one year basic contract period and four�1-year options.� 3.0 Requested Information 3.1 Your capability statement shall provide administrative information, and shall include the following as a minimum: �3.2 Name, mailing address, phone number and e-mail of designated point of contact. 3.3 Responses to attached FEMS IV Market Research questions. 3.4 Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantage Women-Owned Business (EDWOSB), an 8(a) firm, an Indian Tribe or Alaskan Native Corporation, or a large business based on the size stand in paragraph 1.5 above, and whether interested in participating as a prime contractor or as sub-contractor.�������� 4.0 Responses 4.1 Please submit your capabilities packages in accordance via-email to Amy Burke at Amy.Burke.2@us.af.mil and/or Charlene Thomas at Charlene.Thomas@us.af.mil.� �Phone calls will not be accepted.� Responses must be submitted not later than 4:30 P.M. ET on 6 April 2020.� �4.2 Responses shall be limited to 10 pages.� Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.� To aid the Government, please segregate proprietary information.� Please be advised that all submission become Government property and will not be returned. 4.3 The submitter is solely responsible for verifying the e-file was received and can be viewed. 5.0 Summary This is a Sources Sought; the information provided in this announcement is subject to change and is not binding on the Government.� 45 SW has not made a commitment to procure any of the services or items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become the Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/81a2d3c3025a481daf1e1b664c0bd9a9/view)
- Place of Performance
- Address: Cape Canaveral, FL, USA
- Country: USA
- Country: USA
- Record
- SN05856398-F 20201120/201118230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |