Search Contract Opportunities

Facility Support Services   2

ID: FA9101-18-R-1000 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 27, 2018, 3:41 p.m. EDT
A competition library for the FSS effort is available at http://www.arnold.af.mil/FSSII/
Posted: Feb. 28, 2018, 11:04 a.m. EST
Synopsis: This Sources Sought notice is to identify potential small, experienced prime contractors and their socio-economic status. Potential contractors responding to this sources sought notice should be able to demonstrate their capability to perform as the prime contractor for the entire effort.

THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is for informational purposes only. The information obtained may be used for acquisition planning purposes and to determine whether the acquisition may be set aside for small businesses. This announcement does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue a contract or otherwise pay for the information solicited. The Government does not intend to award a contract on the basis of this notice. Companies responding to this sources sought notice are advised that participation does not ensure involvement in future solicitations or contract awards. NO proposals are being requested or accepted under this notice, and this announcement shall NOT be construed as a commitment by the Government to issue a solicitation or to ultimately award a contract, nor does this synopsis restrict the Government to a particular acquisition approach.

Description of Requirements: This contract will be for the services listed below at the USAF Arnold Engineering Development Complex (AEDC) at Arnold AFB TN. Period of performance is likely to be one base year and three option years. The FSS will most likely be comprised of the following functions:
1) Industrial Security, Test Security, and Security Management Support
Protect information/data developed, tested, and evaluated by or provided to AEDC from all adversaries and/or allies in accordance with its classification or distribution restrictions. Includes:
- Test Security and Facility Clearance Level Management
- Operations Security / Foreign Government Protection
- Security Administrative Support
- Controlled Spaces / Incident Management
2) Protective Services
Provide impenetrable force protection for Arnold AFB personnel and resources. Includes:
- Compliance and Regulatory Requirements
- Entry Control and Installation Physical Security
- Security Systems and Anti-Terrorism/Force Protection
3) Command and Control
Serve as the central point of contact in a situational awareness environment for collecting and reporting test, maintenance, and investment activities information to aid in accomplishing the AEDC mission, and to coordinate responses in real time emergencies relating to fire and security issues, weather bulletins, FPCON changes, operations, and other activities. Includes:
- Fire and Emergency Services / Protective Services Dispatch
- Operations Center
4) Fire and Emergency Services
Provide fire prevention services and minimize negative consequences of emergency incidents to protect all personnel at Arnold AFB. Includes:
- Compliance, Risk Management, and Mutual Aid
- Fire Prevention Program
- Incident Response
5) Environmental Management
Provide environmental program management and compliance support activities necessary to support Arnold AFB mission requirements. Includes:
- Pollution Prevention
- Environmental Management
- Resource Management
- Environmental Compliance
6) Safety
Provide safety program to ensure work is conducted in a safe manner and in compliance with current OSHA, State, and Arnold AFB safety office requirements. Includes:
- Safety Program Administration
- Hazard Assessment
- Safety Training
7) Occupational Health
Provide operational health threat risk assessment and reduction expertise to enhance health service support capabilities by executing federally mandated United States OSHA, EPA, and Radiological/Nuclear & health physics requirements for Arnold AFB personnel. Includes:
- Industrial Hygiene
- Training Program
- Vulnerability Assessment
- Emergency Response
- Program Administration
8) Base Supply
Provide a base supply program to manage repairable assets, facility reconfiguration items, and capital assets unique to the Arnold AFB infrastructure to ensure efficient and effective supply response to mission requirements. Includes:
- Warehouse Management
- Materiel Management
- Disposition Consolidation
9) Freight Services
Provide responsive freight service and support to Arnold AFB Government, commercial, and allied nation customers by manufacturing special containers or dunnage, packing, shipping, receiving, and blocking and bracing cargo. Includes:
- Inbound Freight
- Outbound Freight
- Program Management
10) Vehicle Operations and Maintenance
Provide Arnold AFB with quality management, maintenance, and transportation needs of assigned vehicle and vehicular equipment fleet. It includes:
- Fleet Administration
- Managing the Fleet
- Fleet Accountability and Analysis
- Vehicle Operations Support

The North American Industry Classification System (NAICS) code for this work is 561210, Facilities Support Services. The small business size standard is $38.5 million average annual revenue averaged over the previous three years. Please refer to the Small Business Administration website at www.SBA.gov for further details on how annual revenue is calculated. The selection process will be conducted in accordance with FAR Part 15 source selection procedures.
- Proposals will be evaluated on past performance and technical capability. Our intention is to advertise this as a small business set-aside if a sufficient number of responsible, qualified small businesses express an interest based on this sources sought notice. Interested small businesses having the skills and capabilities necessary to perform all aspects of the stated requirements are invited to submit a positive statement of intention to submit a proposal as a prime contractor; the attachments should be typewritten and shall be reasonable in length.
- All interested parties who believe they can meet all aspects of the requirements are invited to complete Attachment 1, Contractor Capability Survey, describing their capability and qualifications to provide the aforementioned support services. Potential offerors must be registered in the System for Award Management (SAM) to be eligible for payment from any Department of Defense activity. Information on registration and annual confirmation requirements may be obtained at www.SAM.gov. All respondents that can provide any of the requested information should reply by email to aedc.sso@us.af.mil by March 30, 2018.
- Any questions regarding this notice must be submitted by email to aedc.sso@us.af.mil. Please recognize that answers to questions submitted in response to this notice may be made publicly available. When submitting questions, identify if your question is proprietary in nature.
- The Government will not pay for any information submitted in response to this announcement. Any costs associated with providing information to either this notice or any follow-up information requests shall NOT be reimbursed. Costs incurred as a result of this announcement shall be borne solely by the respondent and shall NOT be payable by the Government.
- The Government will provide multiple industry days during the acquisition process. Reference Attachments 2 and 3 for Industry Day No. 1. Registration instructions are also included.

Overview

Response Deadline
March 30, 2018, 4:00 p.m. EDT Past Due
Posted
Feb. 28, 2018, 11:04 a.m. EST (updated: Dec. 21, 2018, 2:28 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Contracting Office Address: 100 Kindel Drive, Suite A-335 Arnold AFB, Tennessee 37389-1335 Place of Contract Performance: Arnold AFB, Tennessee 37389-5100 ARNOLD AFB, TN 37389 USA
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
33%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 2/28/18 Air Force Test Center issued Sources Sought FA9101-18-R-1000 for Facility Support Services due 3/30/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC R.
Primary Contact
Title
Contracting Officer
Name
John Kent Lominac Jr.   Profile
Phone
(931) 454-7962

Secondary Contact

Title
Contract Specialist
Name
Tyler S Payne   Profile
Phone
9314546372 or 9314544614

Documents

Posted documents for Sources Sought FA9101-18-R-1000

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought FA9101-18-R-1000

Award Notifications

Agency published notification of awards for Sources Sought FA9101-18-R-1000

Contract Awards

Prime contracts awarded through Sources Sought FA9101-18-R-1000

Protests

GAO protests filed for Sources Sought FA9101-18-R-1000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA9101-18-R-1000

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA9101-18-R-1000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > HQ Arnold Engineering Development Complex (AEDC) - Arnold
Source Organization Code
3531cbee63c48436829954219a36a1fe
Last Updated
Dec. 21, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 21, 2018