The RFP Database
New business relationships start here

MAFR Range Operations Service


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

   

SOURCES SOUGHT (MARKET RESEARCH):  THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT FOR INFORMATION AND PLANNING PURPOSES ONLY!  It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government.


THIS IS AN AMENDMENT TO THE DRAFT PERFORMANCE WORK STATEMENT (PWS) WHICH INCLUDES EXHIBITS.  RESPONSES ARE DUE NO LATER THAN TUESDAY, 24 JANUARY 2017 AT 2:00 P.M. MOUNTAIN STANDARD TIME.

No proposals are being requested or accepted with this synopsis and no contract shall be awarded from this synopsis.  Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  


 


Cannon AFB, NM, has been tasked to identify potential sources, market capabilities and market conditions for the acquisition of a Non-Personal Service for Melrose Air Force Range (MAFR) Range Operations Service:  Contractor shall provide a fully functional Primary Training Range to meet war-fighter training and readiness requirements in accordance with the attached DRAFT Performance Work Statement (PWS).  Interested capable commercial sources are being sought to determine the level of interest to provide this requirement.  This is not a solicitation for proposal, but a solicitation may be issued at a later date.  Any resulting solicitation will be posted electronically to this site.  The North American Industry Classification System (NAICS) code is 561210 - Facilities Support Services.  SBA Size Standard is:  $38.5M.  No reimbursements will be made for any cost associated with providing information in response to the sources sought or any follow-up information request.  Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research.


 The purpose of this announcement is for Sources Sought/Market Research in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is issued IAW FAR subpart 15.201 it is to gain knowledge of interest, capabilities, and qualifications of members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUBZone), Service disabled Veterans-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business's (EDWOSB), Veteran Owned Small Business, Native American Owned Business, and Native Alaskan Owned Business to compete for this requirement.  The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), HUBZone, SDVOSB, etc.) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.


 Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.  The Government will use this information in determining its small business set-aside decision.


 All submittals received will be reviewed for informational purposes only.  The type of solicitation to be issued will depend upon the responses to this sources sought.  The Government must determine and ensure there is adequate competition among the potential pool of interested, capable commercial companies.  


 Any information submitted by respondents to this sources sought synopsis is voluntary.  This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a) etc.).


 All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services.  Contractor is required to provide all management and labor required for the operation and management of the required services.  Include three past references with current contract information and contract number.  If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.  The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.  Recent, relevant experience in all areas should be provided.Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.  The response must not exceed 20 pages.  Include in your capabilities package your DUNS, Cage Code, and System for Award Management (SAM) expiration date.  Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.  This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.  


 A copy of our DRAFT Performance Work Statement (PWS) is attached to this sources sought.  This DRAFT PWS is subject to change.  The Government encourages interested parties to provide comments, suggestions, recommendations, questions, concerns, feedback, etc., in regards to the DRAFT PWS for the government to take into consideration in finalizing the DRAFT PWS.  DRAFT PWS responses must not exceed 7 pages.


 Responses may be submitted electronically to the following e-mail addresses:  patricia.thatcher@us.af.mil AND jamius.virgil@us.af.mil .  All correspondence sent via e-mail shall contain a subject line that reads "FA4855-17-C-MAFR".  If this subject line is not included, the e-mail may not get through e-mail filters at Cannon AFB.  Filters are designed to delete e-mails without a subject or with a suspicious subject or attachments.  Attachments with files ending in .zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, .docs, .xsls, or .xls documents are attached to your e-mail.  All other attachments may be deleted.


 RESPONSES ARE DUE NO LATER THAN 2:00 P.M. (MST) ON 24 JANUARY 2017.  Direct all questions concerning this requirement to Ms. Patty Thatcher at patricia.thatcher@us.af.mil or TSgt Jamius Virgil at jamius.virgil@us.af.mil. ;  


 


Patricia L Thatcher, Phone 575-784-6184, Fax 575-784-0151, Email patricia.thatcher@us.af.mil - Jamius Virgil, TSgt, Phone 575-784-6539, Fax 575-784-0151, Email jamius.virgil@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP