Ohio Bids > Bid Detail

Deployment, Distribution, and Vehicle Management

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159512225115704
Posted Date: May 4, 2023
Due Date: May 8, 2023
Solicitation No: FA8601-23-R-0010
Source: https://sam.gov/opp/25e78ab553...
Follow
Deployment, Distribution, and Vehicle Management
Active
Contract Opportunity
Notice ID
FA8601-23-R-0010
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 04, 2023 01:36 pm EDT
  • Original Published Date: Apr 20, 2023 10:33 am EDT
  • Updated Response Date: May 08, 2023 05:00 pm EDT
  • Original Response Date: May 04, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)





FA8601-23-R-0010





The United States Air Force, AFLCMC/ Operational Contacting Division, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including Small Business (SB), 8(a), HUBZone, Women Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Veteran-Owned (VOSB), and Service-Disabled Veteran-Owned small businesses that are capable of providing Deployments/Distribution and Vehicle Management as defined in the attached Performance Work Statement. The 88th Logistics Readiness Squadron (LRS) is seeking a Firm-Fixed Priced contract (base year and four one-year options). Firms that respond shall specify that their services meet the specifications provided below and in attachments and provide detailed information to show clear technical compliance.





Detailed Specifications are listed in the attachments identified below:






  1. Attachment 1: Draft Performance Work Statement (20 April 2023)

  2. Attachment 2: Draft Performance Work Statement Appendices (20 April 2023)





All interested firms shall submit a response demonstrating their capability to provide the requested services to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.





The NAICS Code assigned to this acquisition is 561210 (Facilities Support Services) with a size standard $47 Million. Firms responding should indicate their size in relation to this size standard, and also indicate socio-economic status (SB, 8(a), VOSB, SDVOSB, WOSB, EDWOSB, and/or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Capability responses will be assessed and the data will be used to assist the Government in determining the acquisition strategy, including Small Business Set Aside (SBSA), sole source, or full and open, for any potential subsequent action. In accordance with Federal Acquisition Regulation (FAR) 10.001, market research results will be used to determine whether FAR Part 19 criteria are met for a SBSA or further socio-economic set aside. Note that a key factor in determining an acquisition to be a SBSA is that small business prime contractors meet the requirements set forth in compliance with FAR 52.219-14, Limitation of Subcontract. Responses from small businesses, therefore, need to include rationale as to how compliance with FAR 52.219-14 will be achieved. Also, the rules governing affiliation and ostensible subcontracting apply when determining size, as does the non-manufacturer rule. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.





Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments.





CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capabilities to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements as stated in Attachment 1 hereto. Please answer the following questions:






  1. Does prospective contractor have direct and relevant Air Force Deployment/Distribution Services and Vehicle Management experience?

    1. Demonstrate recent application and successful accomplishment of major disciplines to include Air Force Surface and Air Freight, Planning and Packaging Operations, Small Air Terminal Operations, Passenger Travel, Personal Property, Vehicle Operations, and Vehicle Management.




  2. Does prospective contractor have management team meeting/exceeding minimum requirements listed within the Performance Work Statement?

    1. Demonstrate corporate strategy to ensure only qualified personnel are placed to execute each discipline, to include a mitigation plan to fill vacant positions if needed.

    2. Each position requires verifiable evidence of successful experience in both listed minimum years and discipline.




  3. Prospective contractor must convey commitment to internal quality assurance oversight.

    1. Demonstrate corporate level oversight to ensure local quality assurance, training, safety and environmental programs/processes are continually executed to corporate expectations.

    2. Demonstrate culture of individual problem solvers and internal mitigation plans not reliant on government direction/oversight.







Responses may be submitted electronically to the following email address: jennifer.blackford@us.af.mil. All correspondence sent via email shall contain a subject line that reads “FA8601-23-R-0010 Deployments Distribution and Vehicle Management” If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails 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, or .xls documents are attached to your email. All other attachments may be deleted.





RESPONSES ARE DUE NOT LATER THAN 4 May 2023 BY 17:00 Eastern Time. Direct all questions concerning this acquisition to Jennifer Blackford at jennifer.blackford @us.af.mil and Shannon Scott at shannon.scott.4@us.af.mil.





The vehicle operators, mechanics, and transportation (distribution) are covered by collective bargaining agreements (CBAs). Should an RFP be issued for this requirement, the applicable CBAs will be incorporated into the solicitation.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >