Base Operations Support Services – Air Education Training Command Enterprise Solution

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159803125865386
Posted Date: Apr 11, 2024
Due Date: May 10, 2024
Solicitation No: FA300224AETCBOS
Source: Members Only
Follow
Base Operations Support Services – Air Education Training Command Enterprise Solution
Active
Contract Opportunity
Notice ID
FA300224AETCBOS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR EDUCATION AND TRAINING COMMAND
Office
FA3002 338 ESS CC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 11, 2024 04:21 pm CDT
  • Original Published Date: Apr 11, 2024 04:18 pm CDT
  • Updated Response Date: May 10, 2024 04:00 pm CDT
  • Original Response Date: Apr 11, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 25, 2024
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    USA
Description

11 Apr 2024



FA300224AETCBOS



Base Operations Support Services – Air Education Training Command Enterprise Solution





This is a Request for Information (RFI)



OVERVIEW: The Air Force Installation Contracting Command (AFICC) 338th Enterprise Sourcing Squadron (ESS) is seeking information from industry service providers capable of providing Base Operations Support (BOS) services as a prime contractor for Air Education and Training Command Bases (AETC) as an enterprise services contract. Current AETC BOS services customers include, but will not be limited to the following: Keesler Air Force Base (AFB) in Biloxi, MS; Laughlin AFB in Del Rio, TX; Maxwell AFB in Montgomery, AL; Sheppard AFB in Wichita Falls, TX; and Vance AFB in Enid, OK. This Enterprise contract may be scoped to include any and up to all AETC bases. This RFI is issued for informational and planning purposes only.





The Government is considering a strategic sourcing/enterprise contract vehicle to support BOS services that could potentially support all AETC bases. Specifically, the Government is pursuing an award of a Multiple Award Contract (MAC) with Indefinite Delivery Indefinite Quantity task orders. The period of performance (PoP) will have a 10-year ordering period and up to an additional 5 years for performance after the last order is placed for a total possible period of performance of 15 years. The anticipated PoP on individual task orders would range from three to five years, with task order performance occurring at one or more bases/units. The Government currently anticipates that its first task order on the MAC would be issued for performance at Vance AFB. Additional task orders would be placed for other bases/units as required.





DISCLAIMER: This is not a Request for Proposal. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. Any information provided by businesses to the Government is strictly voluntary. The AF will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with anyone other than AFICC 338th ESS Government personnel by potential respondents or their employees regarding this project is prohibited.





PURPOSE: This is an announcement seeking market information from vendors capable of providing the services described herein. The description is a summary of the required services and is not intended to be all-inclusive. AFICC 338th ESS is currently conducting market research to locate qualified and interested potential businesses/sources with requisite experience in BOS services that express interest in performing these requirements. The information requested by this RFI will be used within the AF to facilitate decision making and will not be disclosed outside the agency.





SMALL BUSINESS: For purposes of this RFI, the North American Industry Classification System (NAICS) code, and the small business size standard are as follows: The NAICS code for the requirement is 561210 - Facilities Support Services, and the applicable small business size standard is $47 million average annual gross receipts.





DESCRIPTION OF SERVICES:






  1. Applicable to All Services: Services shall be performed in accordance with (IAW) the objectives and responsibilities outlined in Public Law, DoD/AF series directives as well as MAJCOM/Wing/Base instructions and guidance. Provide personnel, training, vehicles, equipment, tools, and supplies unless specified in the Performance Work Statement (PWS) as Government furnished or provided.






  1. Applicable to BOS Services: Provide base operations support at the location specified in each task order. The services include the following:






  1. Civil Engineer: Installation Management activity is responsible for (1) Civil Engineering (CE) Financial Management (development, preparation, submission, and maintenance of financial plans and budgeting estimates IAW the objectives and responsibilities outlined in Public Law, DoD/Air Force series directives, applicable AF/AETC/Wing/Base instructions, regulations); (2) Real Property (management and accountability); (3) Housing Management (furnishings management and off base referral services); and (4) Environmental (environmental compliance program management and monitoring). Operations activity is responsible for providing oversight and management of facility and infrastructure operations, maintenance and repair, material control, customer service, Industrial Control Systems (ICS), and 24 hours, 7 days a week Service Call. This includes (1) Operations Management; (2) Operations and Maintenance; (3) Heavy Repair (structures, pavement clearance of snow and ice, pavement sustainment, and signage); (4) Infrastructure Systems [utilities maintenance, plant operations, entomology, HVAC, plumbing, unaccompanied housing (UH) Maintenance, liquid fuels and EMCS controls]; (5) Facility Systems (fire alarms, power production, aircraft arresting barrier maintenance, airfield lighting systems, and entry gate denial barriers); (6) Requirements and Optimization (customer service, facility manager program, work order planning, operations engineering, ICS, facility condition assessments, and material control); and (7) Transportation and Utilities Activity Management Plans (AMPs). Engineering activity is responsible for managing and providing efficient, effective, and timely engineering services to include Portfolio Optimization and Project Management at Vance AFB and any attached, geographically separated or other related properties under the control of Vance AFB. This includes (1) Engineering Management; (2) Portfolio Optimization (Base Activity Management Plan integration, space optimization and utilization, community/master planning, National Environmental Policy Act/Environmental Impact Analysis Process (NEPA/EIAP), program development, and energy & utilities management); and (3) Project Management [design, construction inspection, engineering technical support to include geographical information systems (GIS), and specialized engineering surveys, studies and programs]. Other CE Services activity is responsible for (1) Custodial Services; (2) Grounds Maintenance (grounds and landscape upkeep); (3) Integrated Solids Waste Management (refuse and recycling services); and (4) Vertical Transportation Equipment (elevator and escalator maintenance). Fire Emergency Services (FES) activity is responsible for providing oversight and management of all fire protection and fire prevention services at Vance AFB and any attached or related properties under the control of Vance AFB on a 24 hours, 7 days a week basis and Kegelman AAF during flying operations. This includes (1) FES Management [overall program management, fitness & wellness program, publications management, mutual aid agreements, Emergency Communication Center (ECC), and health & safety program]; (2) FES Training; (3) Fire Prevention; and (4) FES Operations [both aircraft rescue & firefighting (ARFF) and structural and other fire incidents].






  1. Logistics: Supply [material management (stocking, storing, issuing, receiving, managing, inventorying, inspecting, accounting for supplies/equipment, and contingency deployment support), asset management (administers central storage, hazardous material, individual equipment, and individual protective equipment functions)], [customer support (materiel management and equipment accountability authority), equipment accountability (base equipment review authorization activity and manages all equipment items), customer support liaison (respond to customer logistics concerns, document control, demand processing, research and base level records maintenance, stock control, bench stock management)], [computer/systems operations (maintain the integrity of the AF Supply Chain Management Information Systems and manage the Supply’s Local Area Network/small computer functions]. Transportation (base vehicle fleet management/maintenance/repair, reliable loaner vehicle fleet for use by the government for official business, government and commercial surface/air cargo/passenger transportation, aircrew/base/airport shuttle and taxi service, and contingency deployment support).






  1. Communications/Information Technology: IT planning, telecommunications/ infrastructure management, Land Mobile Radio (LMR)/Personal Wireless communication Systems (PWCS)/frequency management, base communications (telecommunications, and messaging center management), base distribution point management, Local Area Network (LAN) and network/infrastructure management, computer systems and software management, information assurance, customer support to include one or more designated Work Group Managers, information management (base information transfer system, base locater, special orders, postal service) technical order distribution, publications and forms management, and web services.






  1. Services: Community services (linen exchange), library, fitness centers (operate fitness/sports, health and wellness centers), base pools (operate and staff to include lifeguards), equipment check-out, and outdoor recreation.






  1. Purchasing management: Procure items for base activities using an approved contractor purchasing system. Subcontracts issued to accomplish purchasing actions for government requirements will be reimbursed.






  1. Aircraft ground handling services for transient aircraft and maintenance support for ground support equipment.






  1. Financial management services for BOS activities.






  1. Visual Information (graphic/photographic imaging, presentations), and video services.






  1. Publications management and administration.






  1. Human resources such as providing Military and DoD Civilian Awards and Decorations, military personnel system manager services, education, and training.






  1. Weather services for air support weather operations, mission weather operations, and staff weather operations



SUBMISSION OF RESPONSES:





The Government requests that vendors respond to this RFI with sufficient detail regarding their capabilities and capacity to satisfy the requirement listed for BOS services. The section titled ‘Description of Services’ will apply to this requirement.





Information sought by the Government includes:






  1. Company Information

    1. Company name

    2. Address

    3. Your company’s representative (name and role)

    4. Your company’s representative’s contact information (e-mail & phone number)

    5. Is your company a subsidiary of a larger/parent business? If so, please provide the name.

    6. Is your company part of a mentor and/or protégé program? If so, please provide the name partner(s).

    7. If your company is a small business, what is your company’s socioeconomic status (small business, 8(a), HUBZone, veteran-owned, women-owned, small disadvantaged, etc.)?

    8. Primarily doing business in the Private/Commercial or Government Sector?

    9. Commercial and Government Entity (CAGE) Code

    10. Unique Entity ID (UEI)

    11. NAICS code(s) the company usually performs under








  1. Size of business pursuant to North American Industry Classification System (NAICS) Code 561210 – Facilities Support Services, Size Standard $47 million. Please provide the business size/type under the NAICS:








    1. Large Business

    2. Small Business (SB)

    3. Small Disadvantaged Business (SDB)

    4. 8(A)-Certified Small Disadvantaged Business (8a)

    5. Hubzone Small Business (HUBZone)





f. Woman-Owned Small Business (WOSB)



g. Veteran-Owned Small Business (VOSB)



h. Service-Disabled Veteran-Owned Small Business (SDVOSB)






  1. Has your company been awarded a Government contract within the past three (3) years? If yes, how many contracts? Please provide customer/contract number/contract value/role.






  1. Is your company able to provide BOS services to each of the 14 Air Education Training Command major locations across the Contiguous United States (CONUS)? If not, which bases of the 14 locations are you able to provide services?








    1. Altus AFB, OK

    2. Columbus AFB, MS

    3. Goodfellow AFT, TX

    4. Holloman AFB, NM

    5. Joint Base San Antonio (JBSA) – Camp Bullis, TX

    6. JBSA – Fort Sam Houston, TX

    7. JBSA – Randolph AFB, TX

    8. JBSA – Lackland AFB, TX

    9. Keesler AFB, MS

    10. Laughlin AFB, TX

    11. Luke AFB, TX

    12. Maxwell AFB, AL

    13. Sheppard AFB, TX

    14. Vance AFB, OK








  1. Has your company been awarded an Indefinite Delivery Indefinite Quantity Contract within the past three (3) years? If yes, how many contracts? Please provide customer/contract number/contract value/role.






  1. How many service contracts is your company currently supporting?






  1. Of the service contracts that your company is currently supporting, what percent of your total service capacity do they represent?






  1. What percentage of your company's annual revenue can be attributed to BOS services?






  1. What percentage of BOS services revenue can be attributed to the following segments?








    1. Department of Defense (DoD) contracts?










    1. United States Air Force (USAF) contracts?








  1. What has been your company's single largest prime services contract awarded for BOS services within the past three (3) years? Please provide customer/contract number/contract value/role.






  1. Does your company have any existing teaming agreements for BOS services? If so, please list all teaming agreements and each partner.






  1. Does your company have any expectation of entering into any teaming agreements for future service contracts within the next three (3) years? If yes, list the service(s).






  1. Please list the USAF locations for which your company has performed BOS services.






  1. Brief information on capabilities to finance, mobilize, and manage large service contracts.






  1. List functions that may be subcontract opportunities for small business.






  1. Based on experience with similar contracts, please provide recommendations on realistic small business subcontracting percentage goals for this requirement.

  2. Please provide your recommended proposal period (number of days from RFP release date until proposal due date).

  3. What suggested revisions do you have for the PWS?






  1. What approach and pricing methodology would you suggest is most beneficial to the contractor and the government (fixed price, fixed price incentive firm, cost-reimbursable, or some combination of fixed price and cost reimbursable)?






  1. Identify any particular requirements that will increase costs and/or risks to performance in meeting our mission.





Please explain how you would be able to support surge BOS requirements that may or may not be currently executed by organic Government employees?



CONTRACTING OFFICE ADDRESS:



Department of the Air Force, Air Force Installation Contracting Center, 338th Enterprise Sourcing Squadron, 2021 First Street West, JBSA-Randolph, TX, 78150





PLACE OF PERFORMANCE:



Contiguous United States, Alaska, & Hawaii





POINTS OF CONTACT (POCs):



Send responses to this RFI in writing via email to each of the POCs below no later than close of business, Friday, 10 May 2024:





Ms. Kathryn Ryan Mr. Scott Springer Ms. Nadia Perez



kathryn.Ryan.1@us.af.mil scott.springer.5@us.af.mil nadia.perez@us.af.mil









Attachment:



Draft Performance Work Statement, 11 Apr 2024


Attachments/Links
Contact Information
Contracting Office Address
  • CP 210-652-6903 2021 FIRST STREET WEST BLDG 853
  • JBSA RANDOLPH , TX 78150-4300
  • 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 >