California Bids > Bid Detail

Airfield Operations & Management Services & Air Rescue & Fire (ARFF) Services

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159388137518251
Posted Date: Mar 17, 2023
Due Date: Apr 6, 2023
Solicitation No: 70Z08423DOL930004
Source: https://sam.gov/opp/9bb4a58f1b...
Follow
Airfield Operations & Management Services & Air Rescue & Fire (ARFF) Services
Active
Contract Opportunity
Notice ID
70Z08423DOL930004
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
DOL-9
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 16, 2023 10:49 am PDT
  • Original Response Date: Apr 06, 2023 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S202 - HOUSEKEEPING- FIRE PROTECTION
  • NAICS Code:
    • 488119 - Other Airport Operations
  • Place of Performance:
    McClellan , CA 95652
    USA
Description

This is not a request for proposal. We are seeking sources that can satisfy a follow-on requirement for USCG Air Station Sacramento Airfield Operations and Management Services and Air Rescue and Fire (ARFF) Services, McClellan, CA. The existing contract, awarded under 700Z8422CDL930012 ends 15 September 2024. The period of performance for the new contract is anticipated to be 16 September 2024 through 15 September 2027. The following acquisition is anticipated to be a Firm Fixed Price contract. The North American Industrial Classification Code (NAICS) is 488119 – Other Airport Operations applies with a size standard of $40 Million. The requirements of the Service Contract Labor Standard through a Collective Bargaining Agreement between SacMetro Fire Department and the Sacramento Area Firefighters Local 522.I.A.F.F (AFL-CIO) apply. More definite information concerning the site visit and pre-proposal conference will be included in the solicitation which is anticipated to be released in late winter of 2023. The ARFF services will require a contractor to provide Airfield Services to be provided to the United States Coast Guard at McClellan or its successor named airfield and to the Coast Guard located at Coast Guard Air Station Sacramento (AIRSTA Sacramento). This requirement is made up of two major components: the first is Airfield Operation and Management services to include runways, taxiways, clear-zones, ramps and aircraft parking areas, navigational aids to support Instrument Flight Rules (IFR) Operations, Automated Weather Observation System (AWOS); and other airfield services such as airfield inspections and checks; an operations manual; an emergency plan; ground vehicles control; obstruction handling; wildlife hazard management; airport condition reporting; identifying, marking and reporting construction and other unserviceable areas. For this portion of the contract the Coast Guard reimburses only a portion of the Contractor’s cost which they receive along with the reimbursement from the other airport tenants. The second major component is for ARFF services, which include training and staffing in accordance with COMDTINST M11320.1 (series) and National Fire Protection Association (NFPA) 403 standards, provision of ARFF vehicle and associated maintenance and repair, provision of ARFF necessary equipment and emergency communication systems, and environmental spill response, in accordance with NFPA 412 and 414 standards. This portion of the contract represents over 85% of the total contract cost. The Contractor shall also maintain the airport facilities. The Contractor is responsible for the management, supervision, personnel, equipment, tools, materials, parts, maintenance repair, training, transportation, all written deliverables and all other items and services necessary to perform the requirement.



Telephone responses will NOT be accepted. Responses are requested by 06 April 2023 at 2:00 pm PST and may be submitted via email: jing.liu@uscg.mil. Please include the following information in your response:




  1. A capability statement that explains what type of work your company has experience performing. Please provide information on whether your company can fill all of the requirements described above or if only interested in a portion of it. If only interested in a portion, please be specific on what services identified above are applicable. Also, please be sure to list your business size status, for example whether your company is a small business, 8(a), HUBZONE, women owned, small disadvantaged business, veteran owned, large business, etc.




  • Please provide any suggestions on how to combine types of work to achieve the best results for the government.



2. Past performance in this area including:




  • Contract Number, type of contract

  • Length of contract

  • Customer: (Agency or business), Contact information including name, address, telephone no. & email address

  • Description of work

  • Contract Dollar Value:

  • Date of Award and Completion (including extensions)

  • Type and Extent of Subcontracting

  • Quality of Performance, Contract Schedule, and Customer Relations

  • Problems encountered and corrective action taken



3. Does your company currently employ union personnel? What experience do you have dealing with a union? Have you ever had a collective bargaining agreement with a union?



4. Recommendations on handling of work that cannot be easily quantified.



5. Any best practices from previous contracts that may be relevant.



The solicitation will be released at the SAM.gov website at a future date. Interested parties should register on SAM.gov.



This notice is for market research purposes only and does not constitute a Request For Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • 300 EAST MAIN STREET
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 16, 2023 10:49 am PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >