Search Contract Opportunities

Launch Operations Support Contract (LOSC)   2

ID: FA4610-15-R-0002 • Type: Sources Sought • Match:  90%
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:
Loading

Description

Posted: Oct. 5, 2016, 11:12 a.m. EDT
05 Oct 16, Amendment 0002, RFP FA4610-15-R-0002. List of changes has been revised. Item #2, block 9, corrected offers due date is changed from 04 Oct 16 to 14 Oct 16.

Questions and comments directly to Mr. Leonard Horniak, Contract Specialist, at leonard.horniak@us.af.mil, or to Ms. Claudia Boga, Contracting Officer, at claudia.boga@us.af.mil.

Posted: Oct. 4, 2016, 7:07 p.m. EDT
Posted: Sept. 30, 2016, 1:24 p.m. EDT
Posted: Sept. 27, 2016, 3:14 p.m. EDT
Posted: Sept. 14, 2016, 3:40 p.m. EDT
Posted: Sept. 14, 2016, 11:11 a.m. EDT
Posted: Sept. 13, 2016, 6:34 p.m. EDT
Posted: Aug. 16, 2016, 11:32 a.m. EDT
Posted: Aug. 16, 2016, 11:12 a.m. EDT
Posted: Aug. 15, 2016, 8:38 p.m. EDT
Posted: July 12, 2016, 4:18 p.m. EDT
Posted: May 13, 2016, 4:45 p.m. EDT
Posted: April 27, 2016, 7:15 p.m. EDT
Posted: April 20, 2016, 4:39 p.m. EDT
Posted: Nov. 5, 2015, 7:35 p.m. EST
Posted: Oct. 31, 2014, 5:03 p.m. EDT

This is not a solicitation for any action at this time. This synopsis is issued for the sole purpose of the 30th Contracting Squadron to conduct Market Research in accordance with the FAR Part 10. This effort is to seek qualified sources capable of providing the necessary services for Launch Operations Support. The contemplated contract will be for providing maintenance, modification and modernization for the aging facility, property, and Western Range support equipment to ensure successful performance during tests, operations, and launches. The applicable NAICS code of 561210 with $38.5M small business size standard is applicable. Statement of Need follows giving a brief description of the services sought.

The Government is particularly interested in maximizing participation from Small Business. Interested offerors are asked to furnish a capability statement no later than 1600 hours PDT 28 Nov 14. Please include company name, address, telephone number, point of contact with an email address, business size, DUNS number, CCR Registration number, Federal CAGE code, general description of the company, how long the company has been in business and a description of similar contracts with the government and/or commercial customers (include points of contact, contract numbers, value and contract type). Additionally, request each submitter provide detailed response to the following six questions by documenting their responses with factual material. Request respondents limit these answers to a total of no more than 15 pages. 1) Do you have the technical and financial capability to provide personnel, equipment and materials to perform all requirements in the Performance Work Statement? 2) Do you have past performance experience with maintaining military launch and testing facilities, along with Real Property such as Aerospace Ground Equipment, alarms, cranes, & hoists, elevators, generators, mechanical, pressure vessels, structural, towers and utilities? 3) Do you have past performance experience with implementing a Reliability Centered Maintenance Program to improve reliability of Property and Equipment? 4) Is your company prepared to be liable, when negligent, for environmental and safety mishaps? 5) Has your firm ever had a pre-award check accomplished by DCAA on the adequacy of your accounting system? If so, identify cognizant DCAA office and POC. 6) Discuss your corporate Quality Control Program. The scope of the proposed effort includes tasks associated with providing Launch Operations Support for the 30th Space Wing (30 SW), Vandenberg AFB, CA. This capability provides management and support, maintenance & repair, operations, other services, and minor facility alteration. The contractor shall apply the services to the Western Range launch, operation, and test facilities, Pillar Point, Vandenberg Air Force Base (VAFB), and VAFB surrounding areas and their infrastructure, property, and equipment. Services will include periodic maintenance, operation, and repair of various infrastructure, and mandatory certification, maintenance, and operations of facility property and equipment (e.g. alarms, cranes & hoists, elevators, generators, mechanical, pressure vessels, structural towers, utilities) which support critical mission requirements. Note: It is the responsibility of all potential offerors to monitor these sites for release of any future synopses or solicitations. This RFI is not a commercial solicitation per FAR Part 12. The Government will not pay for any costs associated with providing this information. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate for this contemplated procurement. To be eligible for any future contract, prospective concerns must be registered in the Department of Defense Central Contractor Registration (CCR), and must accept payment via Electronic Funds Transfer (EFT). All packages will be submitted to 30 CONS/LGCZG, Attention Claudia D. Boga, 1515 Iceland Avenue, Bldg 8500, Rm 150, Vandenberg AFB CA 93437-5212 or Lemuel "Reggie" Stanford, 1515 Iceland Avenue, Bldg 8500, Rm 150, Vandenberg AFB CA 93437-5212

Overview

Response Deadline
Oct. 14, 2016, 7:00 p.m. EDT (original: Nov. 28, 2014, 7:00 p.m. EST) Past Due
Posted
Oct. 31, 2014, 5:03 p.m. EDT (updated: Oct. 12, 2016, 7:37 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
1515 Iceland Avenue, Bldg 8500, Rm 150 Vandenberg AFB CA 93437-5212 Vandenberg AFB , CA 93437-5212 USA
Source

Current SBA Size Standard
$47 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
37%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 10/31/14 Space Force issued Sources Sought FA4610-15-R-0002 for Launch Operations Support Contract (LOSC) due 10/14/16. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC Z.
Primary Contact
Title
Contract Specialist
Name
Leonard J. Horniak   Profile
Phone
(805) 606-1556

Secondary Contact

Title
Contracting Officer
Name
Claudia D Boga   Profile
Phone
(805) 605-2661

Documents

Posted documents for Sources Sought FA4610-15-R-0002

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Sources Sought FA4610-15-R-0002

Contract Awards

Prime contracts awarded through Sources Sought FA4610-15-R-0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA4610-15-R-0002

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA4610-15-R-0002

Experts for Launch Operations Support Contract (LOSC)

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFSPC > FA4610 30 CONS PK
FPDS Organization Code
5700-FA4610
Source Organization Code
100193047
Last Updated
July 10, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 10, 2019