Search Contract Opportunities

War Reserve Materiels (WRM)   2

ID: FA4890-15-R-0004 • Type: Sources Sought

Description

Posted: Aug. 27, 2015, 7:25 p.m. EDT
The WRM Final RFP solicitation is being re-posted in its entirety with Amendment 0001 and an extended proposal due date of 19 Oct 2015.
Posted: Aug. 27, 2015, 6:41 p.m. EDT
Posted: Nov. 13, 2014, 7:33 a.m. EST
Posted: Oct. 24, 2014, 3:00 p.m. EDT
1. THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This announcement closes 12:00 p.m. Eastern Time on Tuesday, 25 Nov 14. The Government is seeking industry input from all sources (small and large business) at this time. Small Business concerns are highly encouraged to respond to this request in order for the Government to determine if this acquisition should remain full and open competition or set aside for small businesses under the auspices of the Federal Acquisition Regulation (FAR) Part 19. The applicable North American Industry Classification System (NAICS) for this requirement is 561210 (Facilities Support Services) with a size standard of $35.5M. Interested parties must be registered under NAICS 561210 in SAM (System for Award Management) at www.sam.gov, formerly known as CCR (Central Contractor Registration). The Government plans to consider all information submitted in response to this Sources Sought notice.
2. The U. S. Air Force, Air Combat Command, Acquisition Management and Integration Center
(ACC AMIC), Langley AFB VA, is in the process of determining the acquisition strategy to obtain non-personal services for the operation, maintenance and support of United States Air Forces Central Command (USAFCENT) War Reserve Materiel Program (WRM) and Exercise & Contingency Logistics Support at 6 storage and maintenance sites located in Kuwait, Sultanate of Oman, United Arab Emirates (UAE) and Qatar to maximize USAFCENT combat capability. The contractor may be tasked to open/close and/or support additional WRM sites within the USAFCENT AOR.

3. Pre-positioned equipment includes but is not limited to: Basic Expeditionary Airfield
Resources (BEAR); medical; munitions; Tanks, Racks, Adapters, and Pylons (TRAP); Fuels Support Equipment (FSE); vehicles; Aerospace Ground Equipment (AGE); Sustainment Pavement Repair (SuPR) Kits; Mine-Resistant Ambush-Protected (MRAP) vehicles; war consumables; associated Mobility Readiness Spares Packages (MRSP); and Peacetime Operating Stocks (POS) at designated operating locations (OLs). Services also may require the operation of a supply stock control function and contractor liaison offices at Shaw AFB, SC.

4. The Government is contemplating a either a hybrid cost-plus-award fee or cost-plus-
incentive fee type contract with both cost reimbursable and fixed priced line items to fulfill this requirement based on historical data and market research. However, a determination of contract type has not yet been made. For this requirement, the contractor shall be responsible for asset receipt, accountability, serviceability, storage, inspection and testing, maintenance, repair, outload, reconstitution, exercise and contingency logistics support as outlined in this PWS. The contractor shall also be responsible for the maintenance and repair (M&R) and minor construction of Government furnished facilities (GFF). The contractor shall maintain and repair Government furnished property (GFP).
5. Performance will consist of a 92 day Phase-In/Transition period, one (1) year base period
with seven(7), pre-priced, one-year options. The Government anticipates making award on or about 1 Jun 16, with the Phase-In/Transition period from 29 Jun - 30 Sep 16 with contract performance to start 1 Oct 2016. The Request for Proposal (RFP) is expected to be released on or about 15 Apr 2016. Please note: This is an estimated posting timeframe and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website at www.fbo.gov for all subsequent postings. A draft Performance Work Statement (PWS) and draft DD 254 -- DoD Contract Security Classification Specification is posted in conjunction with this notice to provide the size, scope, and complexity of this requirement.
6. The predecessor WRM contract was awarded competitively to a large business. The
Government is seeking industry input to determine if there are adequate small business concerns that are capable of performing the follow-on requirement. A determination regarding the set- aside status for this effort has not been made.

7. This is not a formal Request for Proposal (RFP), and no contract will result from this notice,
nor does it commit the Government to any acquisition for these services. All interested parties should submit a capabilities package (please limit to no more than 10 pages total) outlining their key business abilities relevant to the performance of this requirement and addressing the questions found in Attachment 1. Please submit the requested information to this office by NLT the closing date and time (25 Nov 14, 12:00 p.m. Eastern Time) to Ms Sheila Reshard-Bryant at sheila.reshardbryant@us.af.mil or accamic.wrmrecomp@us.af.mil.

Note for Small Business Concerns: Offerors responding to this notice as a small business concern must be registered in SAM under NAICS 561210.

8. The internet and e-mail shall be used as the primary means of disseminating and exchanging
information. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation acknowledging receipt of information submitted. If you have difficulty in emailing your response and/or confirmation of receipt is not received, then you are encouraged to contact Ms Sheila Reshard-Bryant at (757)225-3369 or Ms Lisa Pena at (757) 225-4525.

9. Please include the following information about your organization in your response:

Name of Organization
Address
Telephone Number
Point(s) of Contact
E-Mail Addresses
Cage Code
DUNS Number

Size of Business: ________Small _________Large

Business Size Status:
SBA 8(a) Business Development Program Concern: _________
Historically Underutilized Business (HUB) Zone Concern
Small Disadvantaged Business Concern: _________
Veteran-Owned Small Business Concern: _________
Service-Disabled Veteran-Owned Small Business Concern: _________
Women-Owned Business Concern: ___________
Economically Disadvantaged Women-Owned Small Business Concern:________

10. Request that you submit the information requested above by e-mail, NLT the closing date and time (25 Nov 14, 12:00 p.m. Eastern Time). Information should be sent to the AMIC WRM Recompete Inbox at accamic.wrmrecomp@us.af.mil . Request that you use title "[Company Name] - Sources Sought" in the e-mail subject line. Other questions can be directed to lisa.pena.2@us.af.mil or the undersigned at sheila.reshardbryant@us.af.mil .

Overview

Response Deadline
Oct. 19, 2015, 3:00 p.m. EDT (original: Nov. 25, 2014, 12:00 p.m. EST) Past Due
Posted
Oct. 24, 2014, 3:00 p.m. EDT (updated: Oct. 15, 2015, 4:53 p.m. EDT)
Set Aside
None
Place of Performance
War Reserve Materiel Program (WRM) and Exercise & Contingency Logistics Support at 6 storage and maintenance sites located in Kuwait, Sultanate of Oman, United Arab Emirates (UAE) and Qatar USA
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
32%
On 10/24/14 Air Combat Command issued Sources Sought FA4890-15-R-0004 for War Reserve Materiels (WRM) due 10/19/15. The opportunity was issued full & open with NAICS 561210 and PSC J.
Primary Contact
Title
Contracting Officer
Name
Sheila R. Reshard-Bryant   Profile
Phone
(757) 225-3369

Secondary Contact

Title
Contract Manager
Name
Anissa S. Ross   Profile
Phone
(757) 225-6188

Documents

Posted documents for Sources Sought FA4890-15-R-0004

Opportunity Lifecycle

Procurement notices related to Sources Sought FA4890-15-R-0004

Award Notifications

Agency published notification of awards for Sources Sought FA4890-15-R-0004

Contract Awards

Prime contracts awarded through Sources Sought FA4890-15-R-0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA4890-15-R-0004

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA4890-15-R-0004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > AMIC > FA4890 HQ ACC AMIC
FPDS Organization Code
5700-FA4890
Source Organization Code
500042962
Last Updated
July 10, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 10, 2019