Search Contract Opportunities

Base Maintenance Contract   3

ID: FA3002-16-R-0019 • Type: Sources Sought
HigherGov Subscribers Knew about This Opportunity Months Early

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

Description

Sheppard Base Maintenance Re-Competition: FA3002-16-R-0019

PURPOSE OF Request For Information (RFI)

The purpose of this RFI is to conduct market research by obtaining information regarding the availability and capability of all qualified sources, large and small businesses, to meet a potential requirement. Responses received will be used for acquisition strategic decision making purposes only and will not be disclosed outside this agency.

DESCRIPTION OF SERVICES

The Joint Base San Antonio (JBSA) at Randolph AFB Specialized Contracting Squadron (SCONS) is seeking information concerning the availability of technically and financially capable contractors to provide non-personal services for Base Maintenance Services at Sheppard AFB in Wichita Falls, TX.

This requirement involves providing mission support for the 82d Training Wing (TRW) located at Sheppard AFB, TX. The 82d Training Wing supports two wings and 20,000 people, $3.2 billion in assets, 2,317 facilities and four runways on 5,736 acres.

The main service required is Base Maintenance services. The main North American Industry Classification System (NAICS) code for the requirement is 561210 - Facilities Support Services, and the main applicable small business size standard is $38.5 million average annual gross receipts. The following table shows functions that are included in the requirement.

FUNCTIONS

NAICS/DESCRIPTION

TABLE OF

SMALL BUSINESS SIZE STANDARD

All Services

561210

Facilities support services

$38.5M

Asset Management

561210

Facilities support services

$38.5M

Operations Maintenance

236220

Commercial and institutional building construction

$36.5M

Operations Maintenance

238220

Plumbing, heating, and air-conditioning contractors

$15.0M

Programs

541330

Engineering services

$15.0M

Civil Engineering Resource Management

561110

Office administrative services

$7.5M

Emergency Management

624230

Emergency and other relief services

$32.5M

Applicable to all services: Services shall be performed in accordance with (IAW) the objectives

and responsibilities outlined in Public Law, DoD Air Force (AF) series directives as well as AETC Wing Base instructions, regulations, plans and applicable equipment and or general support technical orders data.

  1. Provide all vehicles, equipment, tools, and supplies specified in the Performance Work Statement (PWS) unless expressly stated as Government furnished or provided.
  2. Perform all computer workgroup management responsibilities within each functional area for all Government provided equipment to include NEXGEN Information Technology (IT) Legacy System requirements
  3. Perform records management for all generated and received government documents.
  4. Perform in an environmentally acceptable manner
  5. Establish an occupational health and safety program for employees which complies with the Occupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting OSHA Standards 29 CFR 1910 and 1926, including applicable DOD and Air Force Safety Guidelines required to protect Government resources and the general public. Comply with Air Force Occupational Safety and Health (AFOSHSTD) Standards only to the extent required to protect AF resources (facilities, equipment, and AF personnel) and the general public.
  6. Comply with all base security requirements. A secret clearance is required in some work areas.

Applicable to Base Maintenance: Provide operating support to the base populace and assigned units as described below.

Civil Engineering Services: Support shall be provided at Sheppard Air Force Base (AFB) to include Lake Texoma Recreations Annex, Frederick Airfield and all geographically separated units (GSUs) and any attached or related properties under the control of Sheppard AFB to include temporary emergency mission support. Support include the following functions and activities: Civil Engineer: Installation Management (1) Civil Engineering (CE) Financial Management; (2) Real Property; and (3) Environmental at Sheppard AFB, to include Utility Privatization (UP), and Enhanced Use Lease (EUL). Operations (1) Operations Management; (2) Operations; (3) Heavy Repair; (4) Infrastructure Systems; (5) Facility Systems; (6) Requirements and Optimization; and (7) Transportation and Utilities Activity Management Plans (AMPs) (8) Change of Occupancy. Estimated 5,736 acres; 433 buildings, and 496 unaccompanied rooms. Installation Engineering functions and activities at (1) Engineering Management; (2) Portfolio Optimization; and (3) Project Management. Readiness and Emergency Management (1) Emergency Management and (2) Expeditionary Engineering.

ACQUISITION INFORMATION

The value of this contract is expected to exceed $100M for the periods of 1 October 2018 through 30 September 2025 (30-day mobilization scheduled 01 thru 30 Sep 2018) with up to seven (7) one-year option periods. The tentative solicitation issue date is Jun 2017; however, this date is subject to change. The Government anticipates award of a single Firm-Fixed-Priced contract. The planned North American Industry Classification System (NAICS) code is 561210 (Facility Support Service), with the applicable small business size standard of $38.5 million average annual gross revenues.

The Government will conduct a source selection in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 15 and any applicable supplements. Potentially interested parties/offerors seeking additional information pertaining to this acquisition are instructed to send written inquiries to the Lead Contract Negotiator, Ms. Vashti Hawkins [vashti.hawkins.1@us.af.mil] or the Contracting Officer, Ms. Gloria Marshall [gloria.marshall@us.af.mil]. Inquiries directed to other Government personnel are prohibited. The Government will post information regarding this solicitation [e.g. the draft Performance Work Statement (PWS) and the draft Request For Proposal (RFP)] on the Federal Business Opportunities website (www.fbo.gov), as soon as it becomes available. Information contained in this RFI is subject to change. It is the responsibility of prospective offerors to check this site regularly for any changes or updates.

SMALL BUSINESS ISSUES

The Government reserves the right to determine whether a Small Business (SB) set-aside is appropriate for this acquisition based on responses to this notice. In order to support a Government SB set-aside determination, interested SB concerns must provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude.

Prime contractors or Large Businesses provide for the significant use of small and small disadvantaged business subcontractors known as Small Business Subcontracting. As of this posting, the most current Department of Defense subcontracting SB goals are indicated as follows: Total SB (36%); Small Disadvantaged Businesses (5%); Woman-owned SB (5%); Service-disabled Veteran-owned SB (3%); and HUBZone (3%). Subcontracting percentages and the basis of recommended percentages are requested if the above percentages are inappropriate.

SUBMISSION OF RESPONSES

To participate in this RFI, please complete the attached "Prospective Offeror Capability and Interest Survey" form. The purpose of using the survey format in lieu of a free format is to obtain pertinent and uniformed information from all interested potential offerors. Please e-mail the completed survey form to the primary point of contact, Vashti Hawkins, at vashti.hawkins.1@us.af.mil as soon as practicable, but no later than 12:00 p.m. CST on 01 Jun 16. NOTE: The Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition.

DISCLAIMER

This is NOT a request for proposal, request for quote, or invitation for bid. This Source Sought notice is NOT to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this Sources Sought. The Government will not be responsible for any costs incurred by interested parties in responding to this request for information. Contact with Government personnel, other than those specified in this Sources Sought, by potential offerors or their employees regarding this requirement is not permitted.

Background
The Joint Base San Antonio (JBSA) at Randolph AFB Specialized Contracting Squadron (SCONS) is seeking information concerning the availability of technically and financially capable contractors to provide non-personal services for Base Maintenance Services at Sheppard AFB in Wichita Falls, TX. This requirement involves providing mission support for the 82d Training Wing (TRW) located at Sheppard AFB, TX.

Work Details
The contract involves performing all aspects of the organizational and intermediate level of Government base facilities operation support services. It also includes Emergency Management, Project Design and Project Management, Civil Engineering Services, and other related functions and activities as outlined in the Description of Services.

Period of Performance
The value of this contract is expected to exceed $100M for the periods of 1 October 2018 through 30 September 2025 with up to seven one-year option periods.

Place of Performance
The geographic location for performance is Sheppard AFB in Wichita Falls, TX.

Overview

Response Deadline
June 1, 2016, 2:00 p.m. EDT Past Due
Posted
April 19, 2016, 4:18 p.m. EDT
Set Aside
None
Place of Performance
Sheppard AFB, Texas 76311 SHEPPARD AFB, TX 76311 USA
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
22%
On 4/19/16 Air Force Installation Contracting Agency issued Sources Sought FA3002-16-R-0019 for Base Maintenance Contract due 6/1/16. The opportunity was issued full & open with NAICS 561210 and PSC S.
Primary Contact
Title
None
Name
Vashti Hawkins   Profile
Phone
(210) 652-2135
Fax
None

Secondary Contact

Title
Contracting Officer
Name
Gloria M. Marshall   Profile
Phone
(210) 652-7998
Fax
210-652-3445

Documents

Posted documents for Sources Sought FA3002-16-R-0019

Opportunity Lifecycle

Procurement notices related to Sources Sought FA3002-16-R-0019

Award Notifications

Agency published notification of awards for Sources Sought FA3002-16-R-0019

Contract Awards

Prime contracts awarded through Sources Sought FA3002-16-R-0019

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA3002-16-R-0019

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA3002-16-R-0019

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFICC - CONUS
Source Organization Code
7eadb2cac918b68f764e72868eafe62e
Last Updated
April 19, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 19, 2016