Search Contract Opportunities

Transient Alert Services - Sources Sought

ID: TAFY23 • Type: Sources Sought
If You Don't Win This Contract, We Know Who Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

The United States Air Force, 763 Enterprise Sourcing Squadron (ESS) is seeking sources for contemplated contract for current Air Force Installation Contracting Center (AFICC) Transient Alert Services, Contract Numbers FA8059-17-D-0001, FA8059-17-D-0003, FA8059-17-D-0005, FA8059-17-D-0006, FA8059-17-D-0007, FA8059-17-D-0008, FA8059-17-D-0009, FA8059-17-D-0010

CONTRACTING OFFICE ADDRESS:

763 Enterprise Sourcing Squadron (763 ESS), 510 POW/MIA Drive, Suite E1004, Scott AFB, IL 62225

INTRODUCTION:

This is a Sources Sought to determine the availability and technical capability of small businesses (including the following subsets, Certified 8(a) and Service-Disabled Veteran-Owned Small Businesses) to provide the required products and/or services.

The 763d ESS is seeking information for potential sources for AFICC for the current Transient Alert Services requirement, Contract Numbers FA8059-17-D-0001, FA8059-17-D-0003, FA8059-17-D-0005, FA8059-17-D-0006, FA8059-17-D-0007, FA8059-17-D-0008, FA8059-17-D-0009, FA8059-17-D-0010.

DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

CONTRACT/PROGRAM BACKGROUND

Current Contract Number: FA8059-17-D-0001, FA8059-17-D-0003, FA8059-17-D-0005, FA8059-17-D-0006, FA8059-17-D-0007, FA8059-17-D-0008, FA8059-17-D-0009, FA8059-17-D-0010

Contract Type: Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC)

Incumbent and their size: Vision Information Technology Consultants (8(a)), KSS-Trailboss JV1 (8(a)), C2G (SDVOSB), LTD Co. (SDVOSB), Triad Logistics Services Corporation (SDVOSB), Skyquest Aviation LLC (SDVOSB),Shiloh Services, Inc. (SDVOSB), T Square Logistics Services Corporation (SDVOSB), and MACCS-EASI JV1 LLC (SDVOSB).

REQUIRED CAPABILITIES

The 763 ESS is interested in the identification of capable sources not existing on the current MATOC ID/IQ to provide Transient Alert Services.

This MATOC provides for competition within two pools (8(a) Small Business Concerns and Service-Disabled Veteran-Owned Small Business Concerns), a standardized Performance Work Statement (PWS), and set pricing according to individual contractor Markup Rates (MR) applied to the published Service Contract Act (SCA) Wage Rate (WR) or Collective Bargaining Agreement (CBA), as appropriate.

The United States Air Force (USAF) requires TA Services to support aircraft, which are not assigned to a base, that are en-route from one location to another and may require routine servicing. Primary TA Services include aircraft management control, arrival, processing, and departure services, aircraft emergency response, services for both in-flight emergency and ground emergency and environmental compliance, in accordance with applicable Air Force instructions (AFI). Currently, this contract is mandatory for forty-four (44) bases across nine (9) Major Commands (MAJCOM). There are also eleven (11) bases that, while not mandatory, could be made so in the future.

This contract is the mandatory source for procuring TA Services at forty-four (44) bases throughout the Air Force, as listed below. This contract is available for use by any United States Air Force Base, so long as they are listed in the following tables, which requires TA Services.

Air Combat Command (ACC)

Davis-Monthan Air Force Base

Langley Air Force Base

Mountain Home Air Force Base

Nellis Air Force Base 8(a)

Seymour-Johnson Air Force Base 8(a)

Shaw Air Force Base

Tyndall Air Force Base

Air Education and Training Command (AETC)

Keesler Air Force Base

Lackland Air Force Base

Laughlin Air Force Base 8(a)

Luke Air Force Base

Randolph Air Force Base

Air Force Global Strike Command (AFGSC)

Barksdale Air Force Base

Dyess Air Force Base

Ellsworth Air Force Base

Minot Air Force Base

Air Force Materiel Command (AFMC)

Duke Field

Eglin Air Force Base

Hill Air Force Base

Kirtland Air Force Base 8(a)

Robins Air Force Base

Tinker Air Force Base

Air Force Reserve Command (AFRC)

Dobbins Air Reserve Base

Grissom Air Reserve Base

Homestead Air Reserve Base

March Air Reserve Base

Westover Air Reserve Base

Air Force Special Operations Command (AFSOC)

Cannon Air Force Base

Air Mobility Command (AMC)

Andrews Air Force Base

Charleston Air Force Base

Fairchild Air Force Base

Grand Forks Air Force Base

Little Rock Air Force Base

Macdill Air Force Base

McChord Air Force Base

McConnell Air Force Base

McGuire Air Force Base

Scott Air Force Base

Travis Air Force Base

Air National Guard (ANG)

Selfridge Air National Guard Base

Pacific Air Forces (PACAF)

Anderson Air Force Base

Eielson Air Force Base 8(a)

Elmendorf Air Force Base

Hickam Air Force Base 8(a)

There are eleven (11) locations that, while within scope, are not mandated to use this contract, listed below.

Air Combat Command (ACC)

Holloman Air Force Base

Air Education and Training Command (AETC)

Columbus Air Force Base

Maxwell Air Force Base

Sheppard Air Force Base

Vance Air Force Base

Air Force Global Strike Command (AFGSC)

Whiteman Air Force Base

Air Force Materiel Command (AFMC)

Wright-Patterson Air Force Base

Air Force Special Operations Command (AFSOC)

Hurlburt Field 8(a)

Air Force Space Command (AFSPC)

Patrick Air Force Base / Cape Canaveral

Peterson Air Force Base

Vandenberg Air Force Base

SPECIAL REQUIREMENTS:

Performance must start NLT 01 Jun 2023.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:

The anticipated North American Industry Classification System Code (NAICS) for this requirement is 488190- Other Support Activities for Air Transportation, with the corresponding size standard of $35,000,000.00.

To assist 763 ESS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Business, Small Disadvantaged Businesses, Service Disabled Veteran-Owned Small Businesses, Woman- Owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.

In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).

SUBMISSION DETAILS:

Responses should include:

  1. Business name and address.
  2. Name of company representative and their business title, telephone number and email address
  3. Identification of business size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, 8(a), service disabled veteran-owned small business, woman-owned small business, HUBZone, etc.) along with NAICS code;
  4. Cage Code
  5. Unique Entity Identifier (UEI)
  6. Anticipated teaming arrangements (if applicable)
  7. Any comments related/concerns relating to Draft PWS.
  8. Any other information deemed useful to the Air Force;

Interested vendors should send capability packages via email NLT 24 Feb 23, 5:00PM Central Standard Time (CST) to Alexis Strieker, alexis.strieker@us.af.mil and to Jennifer Gasparich, jennifer.gasparich@us.af.mil.

The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than 5 pages using 10-point type or larger. Published literature may be any number of pages.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.

Overview

Response Deadline
Feb. 24, 2023, 6:00 p.m. EST Past Due
Posted
Feb. 23, 2023, 5:30 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Scott AFB, IL 62225 USA
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
31%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
97% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 2/23/23 Air Mobility Command issued Sources Sought TAFY23 for Transient Alert Services - Sources Sought due 2/24/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 488190 (SBA Size Standard $40 Million) and PSC J015.
Primary Contact
Name
Alexis Strieker   Profile
Phone
(618) 256-4234

Secondary Contact

Name
Jennifer L. Gasparich   Profile
Phone
(618) 256-9966

Documents

Posted documents for Sources Sought TAFY23

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought TAFY23

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought TAFY23

Similar Active Opportunities

Open contract opportunities similar to Sources Sought TAFY23

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AMC > FA4452 763 ESS
FPDS Organization Code
5700-FA4452
Source Organization Code
500037109
Last Updated
Feb. 27, 2023
Last Updated By
alexis.strieker@us.af.mil
Archive Date
Feb. 27, 2023