United States - Depot activation project management support services

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
09 September 2019
Opportunity publication date
27 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 26, 2019 10:53 am

 
SOURCES SOUGHT SYNOPSIS
 
Depot Activation Project Management Support Services
 
for
 
Ogden Air Logistics Complex (OO-ALC)
 
Synopsis Number: FA822419RDEPO
 
Notice Type: Sources Sought Synopsis
 
NOTICE: This is a Sources Sought Synopsis, not a solicitation, for information and planning purposes, and to determine potential sources only. Any information voluntarily submitted by respondents to this Sources Sought Synopsis will not be returned. The Government will not reimburse any costs incurred or associated with the voluntary submission of information in response to this Sources Sought Synopsis.
 
1. Purpose:
 
The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The Government will use this information to determine the best acquisition strategy for this procurement.
 
The proposed North American Industry Classification System (NAICS) Code is 541611 Administrative Management and General Management Consulting Services with a corresponding size standard of $15,000,000. The proposed Product Service Code is R408 Support-Professional: Program Management/Support. The Government is interested in all small businesses including: 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The Government requests interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. 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.
 
2. Program Details:
 
This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing services at Hill Air Force Base (AFB) Ogden Air Logistics Complex (OO-ALC). The services to be provided include project management and analysis support on current and future workloads being activated at Hill AFB, UT within Ogden Air Logistics Center (OO-ALC).
Depot Activation is the process that implements Depot Source of Repair (DSOR)/strategic decisions by establishing depot level maintenance and repair cabability and capacity.  Depot Activation mitigates constraints experienced by maintenance groups supporting new or increased workloads and is the interface between the program office/customer and the Depot.  Depot Activation covers all current and incoming weapon systems at Hill AFB including, but not limited to, F-35, F-22, F-16, A-10, C-130, Minute Man III (MMIII), Ground Based Strategic Defense (GBSD), and support equipment.
 
Basic services include planning, advisement, consultation, and recommendations on Depot Activations IAW PWS Para. 3. Recommendations shall include resource, equipment, and infrastructure improvements. Contractor shall aid in developing a strategic approach to activating workloads. Contractor shall have knowledge of depot activation and processes necessary to provide advisement and consultation on depot activation activities. Contractor shall conduct project management on depot activations. Contractor shall understand project management methods and processes. Contractor shall be familiar with Microsoft Project software for tracking depot activation activities. Contractor shall provide work breakdown structure, gap analysis, cost benefit analysis and integrated master schedules for depot activations. Contractor shall conduct gap analysis on OO-ALC resources and infrastructure. Contractor shall provide recommendations on existing and future activations. Contractor shall conduct risk analysis on existing and future activations. Contractor shall provide risk mitigation strategies to minimize OO-ALC exposure as related to partnerships. All products related to Depot Activation, created by the contractor, will be reviewed by OO-ALC/OBP activation team. Contractor shall provide BCAs for activations including cost benefit analysis.
 
Reference the attached Draft Performance Work Statement (PWS) for required services. This service is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ), Firm Fixed Price (FFP) contract with a 5 year ordering/performance period.
 
Responses to this sources sought synopsis should include the following business information in addition to the capability statements:
 
1) Sources Sought Number
 
2) Company Name
 
3) Commercial and Government Entity (CAGE) Code active in the System for Award Management (SAM) database ) to be eligible for any future award and/or Data Universal Numbering System (DUNS.
 
4) Company Address
 
5) Company points of contact, phone, and email addresses. POCs should include individual(s) who is (are) duly authorized in managing any/all technical issues and/or questions, and individual(s) who is (are) authorized in managing any/all contractual issues and/or questions.
 
6) Business size (i.e. small business including type, large business)
 
7) Provide a brief description, no more than 12 pages in total, of your company's past experience on previous projects similar in complexity to this requirement and capability to include:
 
a) Does your company possess the number of skilled employees and managers to begin performing all contract requirements within 30 days of start-up?
 
b) Describe your employee skillsets, qualifications, certifications, and staffing levels to meet the requirements outlined in the PWS. How do you plan to provide personnel with the skill set required in para 2.2 of the draft PWS?
 
c) The experience required is directly related to a depot level activation for Air Force, Navy, Army, and Marine Corps weapons systems; for example, C-130, F-16, F-35. This will require in-depth knowledge of weapons systems scheduled for Program Depot Maintenance, modifications and Periodic Maintenance Inspections to meet mission requirements. What experience does your company possess in this area?
 
d) What is your previous experience in the project management of the activation of depot workloads which include facilities or past experience on projects similar in nature and complexity to this requirement? Were these past efforts commercial, municipal, state, or federal? Please include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).
 
8) Are there any requirements in the PWS that prevent your company from performing all tasks? If so, then provide the recommended changes.
 
9) Does your company typically provide these types of services to the commercial sector or government?
 
10) If there any questions that should be asked with regards to the requirement please feel free to provide them as well.
 
The final date to submit questions for this Sources Sought is 09 September 2019. Please submit all information to the following:
 
CONTRACTING SPECIALIST: Alysha Caldwell / Alysha.Caldwell@US.AF.Mil
DEPARTMENT OF THE AIR FORCE
DIRECTORATE OF CONTRACTING
AFSC OL: H/PZIMA
 
CONTRACTING OFFICER: Brogan L. Fullmer / Brogan.Fullmer@US.AF.Mil
DEPARTMENT OF THE AIR FORCE
DIRECTORATE OF CONTRACTING
AFSC OL: H/PZIMA

Opportunity closing date
09 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force AFLCMC / AFSC / AFNWC - HILL AFB United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?