Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOURCES SOUGHT

S -- Visiting Aircrew Facility Support Services

Notice Date
4/17/2025 7:41:52 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA9401 377 MSG PK KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Solicitation Number
FA940125Q0009
 
Response Due
4/18/2025 4:00:00 PM
 
Archive Date
05/03/2025
 
Point of Contact
Andrew Pascoe, Elizabeth Ongstad
 
E-Mail Address
andrew.pascoe@us.af.mil, elizabeth.ongstad@us.af.mil
(andrew.pascoe@us.af.mil, elizabeth.ongstad@us.af.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR Part 10, Market Research and FAR Part 19, Small Business Programs. This is for planning purposes only. Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as a commitment by the Air Force for any purpose and should refrain from providing proprietary information in the response. 1. INTRODUCTION: This is the initial step in the planning process for Visiting Aircrew Support Facility Services. The 377 MSG/PKA at Kirtland Air Force Base seeks sources to provide aircrew facility non-personnel services. The contractor shall provide visiting aircrew facility support services, tasks, and functions to ensure the aircrew facility is always maintained in a high state of readiness and all building accommodations are fully functional. Services include facility management for aircrew dormitory, assigning room keys, alarm room, and associated equipment management functions, and vehicle management for up to eight Government owned/leased vehicles. Six vehicles for the primary crew and two 15-pax vans for the auxiliary crew. The contractor shall provide services for up to routinely 38 crewmembers from arrival to departure. The number of crewmembers may surge to 50 or more based on mission requirements. 377 MSG/PKA anticipates conducting a competitive acquisition for this effort. The effort is expected to result in a firm-fixed price contract. NAICS code is anticipated to be 561210, size standard $47M. 2. INSTRUCTIONS: All businesses capable of providing Alert Force Facility are invited to respond electronically. Responses shall include company name, address, CAGE code, point of contact with email address and telephone number, and indicate business size (small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using NAICS 561210, size standard $47M. The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision. Statement of Capabilities are limited to 5 pages, using Times New Roman 12 Font. At a minimum, statemen of capabilities should: Describe your company�s ability to address section 3.1, Aircrew Facility Billeting Services, of the draft PWS. Describe your company�s ability to address section 3.2, Aircrew Facility Upkeep Services, of the draft PWS. Describe your company�s ability to address section 3.3, Aicrew Facility Housekeeping Services, of the draft PWS. Describe your company�s ability to address section 3.4, Ground Transportation and Vehicle Management, of the draft PWS. Describe what information you would need in order to provide a firm fixed price proposal for this requirement, or suggest an alternative contract type. While the attached PWS reflects our current understanding of the requirement, PKA welcomes feedback and innovative approaches to achieve the desired outcomes. Contractors are encouraged to suggest alternative PWS structures, elements, or performance based metrics that may enhance efficiency and effectiveness of the requirement. Responses must be received no later than 17 April 2025 at 4:00pm Mountain Standard Time (MST), and addressed Contracting Officer, Mr. Andrew Pascoe at andrew.pascoe@us.af.mil and Contract Specialist, Ms. Elizabeth Ongstad at elizabeth.ongstad@us.af.mil. Include any other response instructions necessary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ebf2ee20a3a54b17b4794dea700b1011/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN07413535-F 20250419/250417230051 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.