Search Contract Opportunities

Kirtland Air Force Research Laboratory (AFRL), Logistic Materiel Control Activity (LMCA)

ID: KIRTLANDLMCA2017 • Type: Sources Sought
Question & Answer 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

1. GENERAL INFORMATION: For planning and information purposes, the 377 Mission Support Group (MSG)/Contracting Division (PZID) is seeking potential sources to perform non-personal services to support contract, consisting of logistical support, supply, transportation and maintenance support activities located at Kirtland Air Force Base, New Mexico. This acquisition will be an 8(a) business set aside.
2. BACKGROUND: Air Force Research Laboratory (AFRL) Mission. AFRL is the Air Force's only organization wholly dedicated to leading the discovery, development, and integration of affordable warfighting technologies for our air and space forces. ARFL PRS is home to Directed Energy Directorate (RD); Space Vehicles Directorate (RV) and Detachment 8 (Det 8). AFRL PRS is also the host to a number of visiting experimenters throughout the year, both long and short term.

The Requirement of this contract is the smooth and efficient operation of the Logistic Materiel Control Activity (LMCA) at Phillips Research Site (PRS), Kirtland AFB NM. This contract provides logistics support.

3. STATEMENT OF CAPABILITY: Interested businesses should provide the following information:

a. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address.

b. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). The NAICS code for this effort is 561210 with a size standard of $38.5 Million.
c. Capability of providing qualified and experienced personnel, with appropriate clearances, if required.

d. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar supply management requirements? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this Statement of Need for Kirtland AFB logistical support. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage.

e. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year multiyear contract at one or more locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures?

f. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform.

g. Please provide any additional information you feel would assist the government in determining your ability to support this type of workload.
4. RESPONSES: Responses are limited to not more than 10 pages. Please submit written responses no later than 4:00 PM (MST) on 16 November 2016 via e-mail. Contractor format is acceptable. E-mail to thomas.redfield.2@us.af.mil and elizabeth.sanchez@us.af.mil. The Government will review industry responses in detail. If the Government would like to discuss your response to this sources sought synopsis, you will be contacted for additional information. Responses received after 4:00 PM (MST) on 16 November 2016 may not be reviewed. No phone responses will be accepted. No additional information is available at this time. There are no other prescribed format requirements for the response to this announcement. Submit detailed capabilities of your firm to meet the requirements listed in the paragraphs above.

Failure to respond to this sources sought does not preclude participation in any future competition, nor will information provided in response to this sources sought be used to exclude anyone from responding to any future Request for Proposals. Communications with 377 MSG/PZID with regard to this sources sought will only be permitted in writing during the sources sought response period.

This is not a Request for Proposal (RFP) or Invitation for Bid (IFB); it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Air Force does not intend to award a contract on the basis of this request, nor will the Air Force pay for the information requested. Your answers are intended to be used to help construct our acquisition strategy and may be used to structure the Government's RFP. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this sources sought.
All firms responding to this announcement will be notified if a requirement is solicited.

5. INDUSTRY DAY: All interested parties are welcome to attend an industry scheduled for 22 November 2016. If interested please inform the contacts listed below and additional details will be sent regarding base access and schedule. Industry day will include briefings from the customer, contracting, a tour of facilities at Kirtland AFB, a group question session, and the opportunity for one-on-one meetings between the customer, contracting, and potential offeror. Offerors are required to inform the government of their intent to attend industry day no later than 4:00 PM (MST) on 16 November 2016

6. QUESTIONS: The Government will consider and attempt to respond to all questions, but reserves the right not to respond. All answers to submitted questions will be posted on the FedBizOpps (FBO) website on a non-attribution basis. Questions regarding this announcement shall be submitted in writing by e-mail to thomas.redfield.2@us.af.mil and elizabeth.sanchez@us.af.mil no later than 4:00 PM (MST) on 16 November 2016. Verbal questions will not be accepted.

Overview

Response Deadline
Nov. 16, 2016, 6:00 p.m. EST Past Due
Posted
Nov. 1, 2016, 5:52 p.m. EDT (updated: Dec. 9, 2016, 11:44 a.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Kirtland Air Force Base ALBUQUERQUE, NM 87117 USA
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Odds of Award
17%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 11/1/16 Nuclear Weapons Center issued Sources Sought KIRTLANDLMCA2017 for Kirtland Air Force Research Laboratory (AFRL), Logistic Materiel Control Activity (LMCA) due 11/16/16. The opportunity was issued with a 8(a) (8A) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC R.
Primary Contact
Title
None
Name
Thomas A. Redfield   Profile
Phone
(505) 846-5883

Secondary Contact

Title
Contracting Officer
Name
Elizabeth H. Sanchez   Profile
Phone
(505) 853-7505

Documents

Posted documents for Sources Sought KIRTLANDLMCA2017

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought KIRTLANDLMCA2017

Similar Active Opportunities

Open contract opportunities similar to Sources Sought KIRTLANDLMCA2017

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFGSC > FA9401 377 MSG PK
FPDS Organization Code
5700-FA9401
Source Organization Code
500041706
Last Updated
Dec. 9, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 9, 2016