Illinois Bids > Bid Detail

Transient Alert Services - Sources Sought

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159891688103173
Posted Date: Feb 23, 2023
Due Date: Feb 24, 2023
Solicitation No: TAFY23
Source: https://sam.gov/opp/210d6d7065...
Follow
Transient Alert Services - Sources Sought
Active
Contract Opportunity
Notice ID
TAFY23
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4452 763 ESS
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 23, 2023 04:30 pm CST
  • Original Response Date: Feb 24, 2023 05:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Scott AFB , IL 62225
    USA
Description

The United States Air Force, 763 Enterprise Sourcing Squadron (ESS) is seeking sources for contemplated contract for current Air Force Installation Contracting Center (AFICC) Transient Alert Services, Contract Numbers FA8059-17-D-0001, FA8059-17-D-0003, FA8059-17-D-0005, FA8059-17-D-0006, FA8059-17-D-0007, FA8059-17-D-0008, FA8059-17-D-0009, FA8059-17-D-0010



CONTRACTING OFFICE ADDRESS:



763 Enterprise Sourcing Squadron (763 ESS), 510 POW/MIA Drive, Suite E1004, Scott AFB, IL 62225



INTRODUCTION:



This is a Sources Sought to determine the availability and technical capability of small businesses (including the following subsets, Certified 8(a) and Service-Disabled Veteran-Owned Small Businesses) to provide the required products and/or services.



The 763d ESS is seeking information for potential sources for AFICC for the current Transient Alert Services requirement, Contract Numbers FA8059-17-D-0001, FA8059-17-D-0003, FA8059-17-D-0005, FA8059-17-D-0006, FA8059-17-D-0007, FA8059-17-D-0008, FA8059-17-D-0009, FA8059-17-D-0010.



DISCLAIMER:



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



CONTRACT/PROGRAM BACKGROUND



Current Contract Number: FA8059-17-D-0001, FA8059-17-D-0003, FA8059-17-D-0005, FA8059-17-D-0006, FA8059-17-D-0007, FA8059-17-D-0008, FA8059-17-D-0009, FA8059-17-D-0010



Contract Type: Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC)



Incumbent and their size: Vision Information Technology Consultants (8(a)), KSS-Trailboss JV1 (8(a)), C2G (SDVOSB), LTD Co. (SDVOSB), Triad Logistics Services Corporation (SDVOSB), Skyquest Aviation LLC (SDVOSB),Shiloh Services, Inc. (SDVOSB), T Square Logistics Services Corporation (SDVOSB), and MACCS-EASI JV1 LLC (SDVOSB).



REQUIRED CAPABILITIES



The 763 ESS is interested in the identification of capable sources not existing on the current MATOC ID/IQ to provide Transient Alert Services.



This MATOC provides for competition within two pools (8(a) Small Business Concerns and Service-Disabled Veteran-Owned Small Business Concerns), a standardized Performance Work Statement (PWS), and set pricing according to individual contractor Markup Rates (MR) applied to the published Service Contract Act (SCA) Wage Rate (WR) or Collective Bargaining Agreement (CBA), as appropriate.



The United States Air Force (USAF) requires TA Services to support aircraft, which are not assigned to a base, that are en-route from one location to another and may require routine servicing. Primary TA Services include aircraft management control, arrival, processing, and departure services, aircraft emergency response, services for both in-flight emergency and ground emergency and environmental compliance, in accordance with applicable Air Force instructions (AFI). Currently, this contract is mandatory for forty-four (44) bases across nine (9) Major Commands (MAJCOM). There are also eleven (11) bases that, while not mandatory, could be made so in the future.



This contract is the mandatory source for procuring TA Services at forty-four (44) bases throughout the Air Force, as listed below. This contract is available for use by any United States Air Force Base, so long as they are listed in the following tables, which requires TA Services.



Air Combat Command (ACC)



• Davis-Monthan Air Force Base



• Langley Air Force Base



• Mountain Home Air Force Base



• Nellis Air Force Base – 8(a)



• Seymour-Johnson Air Force Base – 8(a)



• Shaw Air Force Base



• Tyndall Air Force Base



Air Education and Training Command (AETC)



• Keesler Air Force Base



• Lackland Air Force Base



• Laughlin Air Force Base – 8(a)



• Luke Air Force Base



• Randolph Air Force Base



Air Force Global Strike Command (AFGSC)



• Barksdale Air Force Base



• Dyess Air Force Base



• Ellsworth Air Force Base



• Minot Air Force Base



Air Force Materiel Command (AFMC)



• Duke Field



• Eglin Air Force Base



• Hill Air Force Base



• Kirtland Air Force Base – 8(a)



• Robins Air Force Base



• Tinker Air Force Base



Air Force Reserve Command (AFRC)



• Dobbins Air Reserve Base



• Grissom Air Reserve Base



• Homestead Air Reserve Base



• March Air Reserve Base



• Westover Air Reserve Base



Air Force Special Operations Command (AFSOC)



• Cannon Air Force Base



Air Mobility Command (AMC)



• Andrews Air Force Base



• Charleston Air Force Base



• Fairchild Air Force Base



• Grand Forks Air Force Base



• Little Rock Air Force Base



• Macdill Air Force Base



• McChord Air Force Base



• McConnell Air Force Base



• McGuire Air Force Base



• Scott Air Force Base



• Travis Air Force Base



Air National Guard (ANG)



• Selfridge Air National Guard Base



Pacific Air Forces (PACAF)



• Anderson Air Force Base



• Eielson Air Force Base – 8(a)



• Elmendorf Air Force Base



• Hickam Air Force Base – 8(a)





There are eleven (11) locations that, while within scope, are not mandated to use this contract, listed below.



Air Combat Command (ACC)



• Holloman Air Force Base



Air Education and Training Command (AETC)



• Columbus Air Force Base



• Maxwell Air Force Base



• Sheppard Air Force Base



• Vance Air Force Base



Air Force Global Strike Command (AFGSC)



• Whiteman Air Force Base



Air Force Materiel Command (AFMC)



• Wright-Patterson Air Force Base



Air Force Special Operations Command (AFSOC)



• Hurlburt Field – 8(a)



Air Force Space Command (AFSPC)



• Patrick Air Force Base / Cape Canaveral



• Peterson Air Force Base



• Vandenberg Air Force Base





SPECIAL REQUIREMENTS:



Performance must start NLT 01 Jun 2023.





NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:



The anticipated North American Industry Classification System Code (NAICS) for this requirement is 488190- Other Support Activities for Air Transportation, with the corresponding size standard of $35,000,000.00.



To assist 763 ESS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Business, Small Disadvantaged Businesses, Service Disabled Veteran-Owned Small Businesses, Woman- Owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company’s areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.



In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).





SUBMISSION DETAILS:



Responses should include:




  1. Business name and address.

  2. Name of company representative and their business title, telephone number and email address

  3. Identification of business size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, 8(a), service disabled veteran-owned small business, woman-owned small business, HUBZone, etc.) along with NAICS code;

  4. Cage Code

  5. Unique Entity Identifier (UEI)

  6. Anticipated teaming arrangements (if applicable)

  7. Any comments related/concerns relating to Draft PWS.

  8. Any other information deemed useful to the Air Force;



Interested vendors should send capability packages via email NLT 24 Feb 23, 5:00PM Central Standard Time (CST) to Alexis Strieker, alexis.strieker@us.af.mil and to Jennifer Gasparich, jennifer.gasparich@us.af.mil.



The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than 5 pages using 10-point type or larger. Published literature may be any number of pages.



Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


Attachments/Links
Contact Information
Contracting Office Address
  • AF NO MILBILLS PROC CP 6182569982 510 POW MIA DR
  • SCOTT AFB , IL 62225-5020
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 23, 2023 04:30 pm CSTSources Sought (Original)

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 >