The RFP Database
New business relationships start here

AIR FORCE (AF) HOUSING, ENHANCED USE LEASE, AND UTILITIES (HEU) PRIVATIZATION MANAGEMENT


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A PRE-SOLICITATION NOTICE FOR PLANNING PURPOSES ONLY AND INCLUDES DRAFT REQUEST FOR PROPOSAL INFORMATION.

PRE-SOLICITATION NOTICE:
THIS IS NOT A FORMAL SOLICITATION FOR A REQUEST FOR PROPOSAL (RFP). PLEASE DO NOT SUBMIT A PROPOSAL.


This Pre-Solicitation Notice is being issued for the purpose of advising potential Offerors of the Government's requirement for long-term cradle to grave Advisory and Assistance Services (A&AS) in support of HEU Management throughout the United States. HEU stands for Housing, Enhanced Use Lease (EUL), and Utility Privatization (UP). The subject pre-solicitation notice is to provide information for early planning and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. There is no entitlement to payment by the Government of direct or indirect costs or charges that arise as a result of the provision of this information. Note that official information concerning this pre-solicitation will be provided by the Contracting Officer only.


GENERAL INFORMATION: The 772d Enterprise Sourcing Squadron/Environmental Services (772 ESS/PKS) in conjunction with the Air Force Civil Engineer Center (AFCEC), at Joint Base San Antonio-Lackland, TX, is contemplating a performance-based approach for long-term cradle to grave A&AS in support of the Air Force privatized programs to include but not limited to: Housing, EUL and UP and may include Value Based Transactions (VBT). This includes Asset, Acquisition and Portfolio Management services in support of HEU throughout the United States. The scope of this work will focus on Housing, EUL, and UP management to include Asset, Acquisition and Portfolio Management services. It may also include VBT. This acquisition shall provide enterprise wide housing solutions and conduct strategic acquisition, management and disposal of Air Force real property.


This effort is a validated FY20 requirement; however, funds are not currently available. The Government reserves the right to cancel this requirement at any time. Should the Air Force determine to proceed with this requirement, it will be processed using FAR Part 15 procedures and will result in a Firm Fixed Price (FFP) with Cost Reimbursable (CR) CLINs, "D" type contract. The requirement will be issued as Full/Open. A formal solicitation will be finalized and posted to FedBizOpps at a later date. No formal Request for Proposal has been issued to-date.


PROJECT NARRATIVE: The 772 ESS/PKS is considering a performance-based approach for Housing, Enhanced Use Lease (EUL), and Utility Privatization (UP) Management. Under this Advisory and Assistance Services (A&AS) requirement, the contractor shall assist the Air Force in executing all processes, procedures, and activities necessary to ensure the Air Force maintains the appropriate oversight and control of all Air Force Housing Privatization projects, EUL, Value Based Transactions (VBT), UP projects and any other real estate transactions/programs. The Contractor is responsible for identifying additional program support services resulting in a proactive approach/consulting, mitigating project risks, and ensuring the success of the Housing, EUL, and UP Programs. The awarded contractor(s) shall perform all necessary activities as required to meet the performance objectives of the Final Performance Work Statement(s) (PWS). All documents related to this effort can be located on FBO. The period of performance (POP) - is estimated at 60 months from date of award, with one additional year for performance.


ORGANIZATIONAL CONFLICT OF INTEREST (OCI): An organizational conflict of interest may result when factors create an actual or potential conflict of interest on a contract, or where the nature of the work to be performed on the contract creates an actual or potential conflict of interest on a future acquisition. Some restrictions may apply to your firm under the proposed future action. In accordance with the parameters set forth in FAR Subpart 9.5, the Contracting Officer must ensure that there are no conflicting roles that might bias a contractor's judgment and must ensure that an OCI does not give rise to an unfair competitive advantage. OCIs may exist in the following three ways.


a. Unequal access to information - access to non-public information that gives a contractor an unfair competitive advantage.


b. Biased ground rules - when a contractor has in some sense set the ground rules for another procurement action creating the potential that the contractor may have tilted the playing field in the new competition (usually toward its own strengths and away from its weaknesses).


c. Impaired objectivity - when the contract requires exercise of judgment and the independence of its judgment may be affected (e.g., when the contractor may be required to evaluate its own work in a way that could be adverse to its economic interests). Please keep in mind OCI or potential OCI issues your firm (including all subsidiaries, legacy companies, teaming partners, and subcontractors) may have with respect to the scope of effort at these sites.


THIS IS A REQUEST FOR SUBMISSION OF QUESTIONS CONCERNING A DRAFT RFP FOR PLANNING PURPOSES ONLY. THIS REQUEST IS NOT A FINAL SOLICITATION.
****PLEASE DO NOT SUBMIT A PROPOSAL*****
Information regarding the Draft RFP is included in this pre-solicitation notice for the purpose of obtaining industry feedback. Response to the request for questions is strictly voluntary and will not affect any firm's ability to submit an offer if, or when, a Final Solicitation is released. However, we highly encourage you to reply. The request is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. There is no entitlement to payment by the Government of direct or indirect costs or charges that arise as a result of the submission of information in response to this notice. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations.


As previously stated, this requirement is to provide a long-term cradle to grave A&AS in support of the Air Force privatized programs to include but not limited to: Housing, EUL and UP and may include VBT. This includes Asset, Acquisition and Portfolio Management services in support of Housing, EUL and UP throughout the United States. The Contractor shall perform all necessary activities required to meet the performance objectives identified in the corresponding DRAFT Performance Work Statements (PWS), dated 12 September 2019. The POP is estimated at 60 months from date of award. The Government anticipates awarding one (1) single award ID/IQ contract for all three business areas (Housing, EUL and UP) or two (2) independent awards; one for two business areas (Housing and EUL) and one award for one business area (UP).


1. Firms will not be reimbursed for proposal costs incurred.
2. Request for Questions: The Government anticipates a Final Solicitation to be released in October 2019. This notification is provided to allow early review of DRAFT RFP documentation for this requirement. Questions concerning the DRAFT RFP are due by 10:00 AM CT on 23 September 2019. Questions/Comments regarding the DRAFT RFP MUST be submitted on the Questions and Answers Spreadsheet provided as "Appendix 1" and sent to: linda.cavazos@us.af.mil, michael.grasso.3@us.af.mil and daniela.dilone@us.af.mil. The government will collect all submitted questions/comments, and provide them with the government's response as an attachment to the final solicitation.


3. If your firm elects to participate in the proposal process for this requirement and the projects are not funded, you shall not be entitled to submit any claim for bid and/or proposal costs. The Government reserves the right to cancel this requirement at any time.


4. CCR and ORCA Requirements: Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed DRAFT solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to ORCA.


5. Availability of DRAFT Documents: Copies of the DRAFT solicitation are available by INTERNET ACCESS ONLY. All DRAFT documents will be posted and made available for viewing in FedBizOpps (http://www.fbo.gov).


6. The Procuring Contracting Office is:


772 Enterprise Sourcing Squadron (ESS/PKS)
2261 Hughes Ave, Ste 163
JBSA Lackland, TX 78236-9853


Linda L Cavazos, Contracting Officer, Phone 210395-8708, Email linda.cavazos@us.af.mil - Michael I. Grasso, Contract Specialist, Phone 2103958709, Email michael.grasso.3@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP