The RFP Database
New business relationships start here

Civil Engineering Facility & Equipment Support Service


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

THIS IS OFFICIAL NOTIFICATION OF THE ISSUANCE OF A REQUEST FOR PROPOSAL (RFP)


SOLICITATION: FA8601-17-R-0025


Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.


The United States Air Force, Wright-Patterson AFB, Ohio 45433-5309 is soliciting for a firm-fixed price (FFP) contract for Civil Engineering (CE) Facility Maintenance and Repair Support, 12 month base period and four (1) year options, which also includes up to a 6-month extension.


This is a solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Requirements (FAR) Part 12.6.


This acquisition is a Total Small Business Set-Aside in accordance with (IAW) FAR 19.502-2. The North American Industry Classification System (NAICS) for this acquisition is 561210. The size standard is $38.5M.


The CE Facility and Equipment Support service at Wright Patterson Air Force Base (WPAFB) shall provide all personnel, tools, supervision, and other items and services to perform civil engineering support of government equipment as defined in the Performance Work Statement (PWS), for multiple customers located at Wright-Patterson Air Force Base (WPAFB), Ohio to include 88 Air Base Wing, 711 Human Performance Wing (HPW), Air Force Institute of Technology (AFIT), Air Force Petroleum lab (AFPET), Air Force Research Labs (AFRL) and the National Air and Space Intelligence Center (NASIC). Service categories include procurement of materials and services, recurring preventive maintenance, repair/replacement activities, operation, and approved upgrades to real property mechanical/electrical equipment and specialized laboratory equipment in World-Class facilities. Subcontractor service for specialized work beyond the capability of contractor personnel may be required.


For the Performance Work Statement (PWS) and other documents for this solicitation see attachments.


***Site Visit***


Wright Patterson AFB will be conducting a site visit with regards to this solicitation. The purpose of the site visit is to provide prospective offerors with an introduction to contract requirements, trade-offs, and a first-hand look at the application/system which will be utilized daily to ensure accurate procurement, monitoring of equipment maintenance, and lab operations. The Government is also offering individual question and answer sessions with each contractor so please read through the entire solicitation and all attachments prior to the site visit. Submit questions you would like to discuss during the question and answer session to TSgt Jason Wilkin at the email address jason.wilkin@us.af.mil by 4:00 P.M. EST, 19 July 2017.


The details of this site visit are as follows:


DATE: 25 July 2017


TIME: 9:00 A.M. EST


LOCATION:  Foulois Hall (See Map - Attachment 12)
                   Area B, Bldg 146, Rm 203
                   Wright-Patterson AFB, OH 45431


ATTENDEES: Maximum 3 company representatives will be granted access per contractor.


Participation in this event will be at no cost to the government. All travel, lodging, and transportation arrangements will be at expense of the contractor.


If your company plans to attend this Site Visit, base access and participation in this event must be coordinated with TSgt Jason Wilkin by 4:00 P.M. EST, 19 July 2017. You will need to provide visitor's name, driver's license number, state of issue, and a valid email address. The pass will be e-mailed to the visitor and will require an Adobe Reader to open. Print and bring pass to the site visit. Only interested vendors should attend.


ITINERARY:


Arrival Time                                                         09:00 A.M.
Contract Overview                                      09:00-10:30 A.M.
Lunch                                                        10:30-12:00 P.M.
CO Evaluation Criteria/Questions                  12:00-12:30 P.M.
Equipment List/Lab PM Demo                       12:30-01:00 P.M.
Vendor Q&A Sessions                                  01:00-05:45 P.M.


A written record of the site visit will be posted on https://www.fbo.gov. The record will include a summary of events, questions asked and any responses provided by the Government.


All questions concerning this solicitation or resulting from the site visit must be submitted no later than 9:00 A.M. EST, 3 August 2017.


IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor.


In accordance with FAR 4.1102 and DFARS 252.204-7004, Alternate A, System for Award Management (SAM), contractor must be registered in SAM prior to award. Offerors may obtain information on registration at https://www.sam.gov.


 


Jason T. Wilkin, Phone 9375224509, Email jason.wilkin@us.af.mil - Scott MacDonald , Mr. , Phone 9375224599, Email scott.macdonald.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP