Cannon AFB - Melrose Air Force Support Contract

From: Federal Government(Federal)
FA485525KBMAFR

Basic Details

started - 15 Feb, 2024 (2 months ago)

Start Date

15 Feb, 2024 (2 months ago)
due - 30 Jul, 2024 (in 3 months)

Due Date

30 Jul, 2024 (in 3 months)
Bid Notification

Type

Bid Notification
FA485525KBMAFR

Identifier

FA485525KBMAFR
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709039)DEPT OF THE AIR FORCE (60450)AIR FORCE SPECIAL OPERATIONS COMMAND (97)FA4855 27 SOCONS LGC (546)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR INFORMATION (RFI) (MARKET RESEARCH): THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. No proposals are being requested or accepted with this notice and no contract shall be awarded from this notice. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The identification number for this Sources Sought is FA4855-25-KB-MAFR and shall be used to reference any written responses to this source sought.Cannon Air Force Base (AFB) New Mexico, is attempting to identify interested potential sources, market capabilities and market conditions for the acquisition of a Non-Personal Service for Melrose Air Force Range (MAFR) Operations, Maintenance and Support (OM&S) Services. MAFR is a Primary Training Range (PTR) accommodating multiple types of air-to-surface, surface to air, and ground training. MAFR consists of
70,010 acres and contains target arrays, Military Operations in Urban Terrain (MOUT) sites, landing zones, dudded and inert impact areas, threat simulators, weapons scoring systems, and provides Service Class A and C range capabilities. MAFR supports all DoD and non-interfering civilian agency training requirements. The Contractor shall provide a fully functional PTR to meet war-fighter training and readiness requirements in accordance with the attached DRAFT MAFR OM&S Services Performance Work Statement (PWS). In addition, the Contractor shall provide personnel, training, supervision, and administrative support to perform nine regimes of support encompassing facility maintenance, aerial gunnery and bombing ranges, ground training ranges, MOUT sites, electronic/technology, scheduling, wildland fire, paramedic, and Situational Forces (SITFOR). These regimes include all operations, maintenance and support (OM&S) for Melrose Air Force Range (MAFR). MAFR consists of Electronic Warfare Range (EWR), Air and ground ranges, ground training facilities, and administrative facilities. The Contractor is responsible for supporting operation and maintenance of all range equipment including vehicles and heavy equipment used to support the operations of MAFR.The North American Industry Classification System (NAICS) code is 561210 – Facilities Support Services. Small Business Administration (SBA) Size Standard for this NAICS is $47M.Interested capable commercial sources are being sought to determine the level of interest to provide this requirement. This is not a solicitation for proposal, but a solicitation may be issued at a later date. Any resulting solicitation will be posted electronically to this site. The purpose of this announcement is Request for Information/ Sources Sought/ Market Research in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is issued IAW FAR subpart 15.201. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.All submittals received will be reviewed for informational purposes only. The type of solicitation to be issued will depend upon the responses to this request for information. The Government must determine and ensure there is adequate competition among the potential pool of interested, capable commercial companies. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research. Respondents will not be individually notified of the results of any government assessments. The Government’s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a) etc.).All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contract information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent and relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 20 pages. Include in your capabilities package your Unique Identity ID, Cage Code, and System for Award Management (SAM) expiration date. The Government will use this information in determining its small business set-aside decision. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.A copy of the DRAFT MAFR OM&S Services PWS is attached to this Request for Information (RFI). This DRAFT PWS is subject to change. The Government encourages interested parties to provide comments, suggestions, recommendations, questions, concerns, feedback, etc., in regards to the DRAFT PWS for the government to take into consideration in finalizing the DRAFT PWS. DRAFT PWS responses must not exceed 7 pages.Responses may be submitted electronically to the following e-mail address: Kylie.Blumhagen@us.af.mil and patricia.thatcher@us.af.mil . All correspondence sent via e-mail shall contain a subject line that reads “FA4855-25-KB-MAFR”. If this subject line is not included, the e-mail may not get through e-mail filters at Cannon AFB. Filters are designed to delete e-mails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docs, .xsls, or .xls documents are attached to your e-mail. All other attachments may be deleted.RESPONSES ARE DUE NO LATER THAN 9:00 A.M. (MST) ON 7 MARCH 2024. However, this RFI will continue to be open/posted through 30 July 2024 as the government intends to add information to this RFI as needed with possible updates. Direct all questions concerning this requirement to 1st Lt Kylie Blumhagen at Kylie.Blumhagen@us.af.mil AND Ms. Patricia Thatcher at patricia.thatcher@us.af.milFuture information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through this site. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. In additon to your capabilities package, please review and respond, not to exceed 5 pages, to the following questions: 1. The government is contemplating the use of incentives of additional performance year; In regard to this large complex range contract, what would be the ideal incentive parameters e.g. CPARS rating above Satisfactory in all areas; Service Summary Zero errors; etc. What would be the ideal or preferred contract length past the initial base year plus four option years - 6,7,8,9,10+?2. Would you be interest in a contract that is performance-incentive based? How would you include the incentive portion into the contract?3. As a contractor for ease of administration would you prefer a C type contract where the government would continue to modify the existing parent contract for all changes, monetary changes, additional CLINs added, and exercising options or an IDIQ (D) type contract where the government would issue a task order (TO) for any monetary changes; TO for each option year; issue a TO for new CLINs as they are needed, etc., and close out each TO as they are completed for a contract of this complexity and background?4. Please include any recommendations you feel both the contractor and government would benefit from.ATTACHMENT:(1) DRAFT Melrose Air Force Range OM&S Service Performance Work Statement (PWS), R1, 1 Dec 2023

Cannon AFB ,
 NM  88103  USALocation

Place Of Performance : N/A

Country : United StatesState : New MexicoCity : Clovis

Office Address : CP 575 784 2321 110 ALISON AVE BLDG 600 CANNON AFB , NM 88103-5321 USA

Country : United StatesState : New MexicoCity : Cannon Air Force Base

Classification

naicsCode 561210Facilities Support Services
pscCode M1JZOPERATION OF MISCELLANEOUS BUILDINGS