SOURCES SOUGHT – W9133L-22-R-BDSS
Air National Guard (ANG) Installation Beddown Support Services
This is a Request for Information (RFI) Sources Sought only, issued by the National Guard Bureau (NGB) on behalf of the Air National Guard (ANG), to gather market research information from any vendors that are capable of meeting the requirements listed below. A Solicitation with detailed specifications may be issued at a later date by the designated procurement office during Fiscal Year 22.
Anticipated NAICS Code: 236220 “Commercial and Institutional Building Construction”
Anticipated PSC: R425 “Support – Professional: Engineering/Technical”
Location: Performance shall be at the ANGRC, Building 3501, Joint Base Andrews, Maryland. Teleworking is authorized and network access can be achieved through Internet VPN or through the NGB Sharepoint.
Period of Performance: The Government intends to award a contract with a 12-month base year, four (4) 12-month option periods, and the six-month option at FAR 52.217-8.
Anticipated Contract Type: To be determined – please provide an explanation of how your company typically prices such services (i.e., Firm-Fixed Price, Cost, Time-and-Materials, etc.)
All information submitted in response to this RFI is voluntary. Any future information about this acquisition, including pre-solicitation notices and/or issuance of a Solicitation will be posted through the BetaSAM website (www.beta.sam.gov). All potential offerors must be registered in the System for Award Management (SAM).
Requirements Summary
The contractor shall perform the requirements of this PWS in order to meet the continued operations of Air National Guard (ANG) units at beddown and non-beddown locations. Beddown locations are those locations in which a weapon system conversion (i.e., change in aircraft from F-15C to the F-35A or F-15EX; or C-130H to the C-130J), or beddown of other missions is being pursued as a new basing action by the National Guard Bureau (NGB). Non-beddown locations are those locations that were not identified to receive a change in aircraft or other missions, i.e. status quo missions.
See draft Performance Work Statement (PWS)
As part of Market Research, the Contracting Office requests the following information from interested vendors:
1. What would be the typical Lead time required for a contract like this?
2. Does your company have experience with Air Force Civil Engineer project programming using the DD Form 1391 or use of ACES-PM or TRIRIGA?
3. Is your company familiar with the Air National Guard’s Facility Effectiveness (Fe) Tool, 902 report, Integrated Engineering Management System (iEMS), Asset Management Tool (AMT), Project Data System (PDS), or 7115 Real Property records?
4. Do your employees possess either a mechanical, electrical or civil engineering degree from an accredited institution? What is the likelihood of your company employing personnel with these qualifications to perform the contract?
5. If possible, please provide commercial pricing information for the engineers, architects, planners, and other construction personnel your company would use to complete a contract like this. This information does not constitute a quote and is for market research purposes only.
6. Does your company have any experience with USACE BUILDER base visits to grade facilities and update Installation data?
7. Does your company have any experience with SATAF aircraft beddown support or mission conversion/or other major DoD new aircraft bed-down support?
8. What, if any, suggested changes do you have for the draft PWS?
9. Based on the draft PWS, what questions do you have or what additional information does your company require in order to develop a proposal?
Please send your response to the following Government Points of Contact:
1. Elizabeth Henderson, Contract Specialist, [email protected]; and
2. Jeannie Botteri, Contracting Officer, [email protected]