Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:FA667019RA002
This is a Pre-Solicitation Notice. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. Niagara Air Reserve Station (ARS) has a requirement to manage and o...
This is a Pre-Solicitation Notice. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. Niagara Air Reserve Station (ARS) has a requirement to manage and operate Base Operating Support (BOS) Services at Niagara ARS, NY. The project scope is a Service project requirement to manage and operate multiple functions at Niagara ARS, NY. Functions include: Base Supply, Motor Vehicle Operations & Maintenance, Traffic Management Operations (TMO), Real Property Maintenance to include recurring services (Pavement Clearance, Pest Control, & Facility Management), Fuels Management, and Grounds Maintenance. This contract will be subject to the Service Contract Labor Standards and Wage Rate Requirements (formerly Service Contract Act and Davis-Bacon Act respectively). The place of performance is Niagara ARS, NY. The solicitation will result in a contract being issued on an ALL or NONE BASIS to a single contractor; however, because of on-going in-sourcing discussion, the Government reserves the right to retain or perform any portion of this effort either at the time of or subsequent to award. Evaluation of offers will utilize Low Price Technically Acceptable (LPTA) procedures IAW FAR 15.101-2. The projected date for issuance of the solicitation is on or about 7 May 19. The anticipated award date is on or before 1 Oct 19. The resulting contract will consist of a 12-month basic period, four (4) one-year option periods, and a six (6) month extension of services period that may be exercised at the discretion of the government. This effort is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The solicitation will be posted on FedBizOps. All Amendments, Pre-Proposal Conference Minutes, Questions and Answers, etc. to the solicitation will also be issued via FedBizOps. Any proposal submitted by a business that is not classified as a SDVOSB by the Small Business Administration will not be evaluated. A pre-proposal conference will be conducted at Niagara ARS. Details will be provided at a later date. The North American Industry Classification System (NAICS) code is 561210 and the Size Standard is $38.5M. The Contractor MUST meet requirements of Federal Acquisition Regulation (FAR) 52.219-14, entitled "Limitations on Subcontracting", by providing at least 50% of the work. The Air Force intends to award a single Firm Fixed Price (FFP) contract, with supporting Cost Plus Fixed Fee and Cost Reimbursement line items. A DRAFT Performance Work Statement (PWS) is attached. All applicable provisions and clauses will be included in the actual solicitation. In accordance with FAR 4.1102 and FAR 52.204-7, entitled "System for Award Management", Prospective contractor shall be registered in System for Award Management (SAM) database prior to award of a contract. Registration requires offerors to have a DUNS number. Recommend registering immediately at https://www.sam.gov in order to be eligible for a timely award. Foreign companies are not allowed to participate in this requirement IAW AFFARS 5305.204 and AFI 16-201, Chapter 8. Please note the question and answer session will have a firm cut-off date of seven (7) calendar days after the pre-proposal conference. It is encouraged that questions be submitted after your review of the Draft PWS. Questions related to this RFP must be submitted to Rachel May (rachel.may.1@us.af.mil), Bryan Byington (bryan.byington@us.af.mil), AND Mary Pyle Platts(mary.pyleplatts@us.af.mil) using the attached Question and Comment sheet. PHONE CALLS WILL NOT BE ACCEPTED.