United States - BUILDER Assessment and PMTL Conversion
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 24 May 2019
- Opportunity publication date
- 09 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 08, 2019 4:34 pm
OVERVIEW: The Air Force Installation Contracting Agency (AFICA) 766th Specialized Contracting Squadron (SCONS) is seeking information from industry service providers capable of providing Builder Sustainment Management System Facility Condition Assessment (FCA) and Air Force Preventive Maintenance Task List (PMTL) Nexgen IT/TRIRIGA conversion services contract for Kaena Point Satellite Tracking Station (KPSTS), Waianae, Oahu, HI. This RFI is issued for informational and planning purposes and a contract may or may not result.
BACKGROUND: The intent of this project is to provision BUILDER SMS FCA at Kaena Point Satellite Tracking Station and help finalize the NexGen IT/TRIRIGA conversion at the Installation. BUILDER implementation and TRIRIGA stand-up will be performed at KPSTS in conjunction with Schriever AFB, Colorado and New Boston AFS, New Hampshire in July 2019.
BUILDER is a software application to enable asset lifecycle management. BUILDER stores real property building information. BUILDER helps make short and long-range work plans based on sound investment strategies, prioritization criteria, and budget constraints.
TRIRIGA utilizes Preventive Maintenance Task Lists (PMTL). Each item of RPIE will be linked to a PMTL based on RSMeans which includes the cost, duration of effort and frequency of maintenance making repair cycles for each item
DISCLAIMER: This is not a Request for Proposal. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. Any information provided by businesses to the Government is strictly voluntary. The AF will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with anyone other than AFICA 766th SCONS Government personnel by potential offerors or their employees regarding this project is prohibited.
PURPOSE: This is an announcement seeking market information from vendors capable of providing the services described herein. The description is a summary of the required services and is not intended to be all-inclusive. AFICA 766th SCONS is currently conducting market research to locate qualified and interested potential businesses/sources with requisite experience in Builder Sustainment Management System Facility Condition Assessment (FCA) and Air Force Preventive Maintenance Task List (PMTL) Nexgen IT/TRIRIGA conversion and support services that express interest in performing these requirements. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.
SMALL BUSINESS: For purposes of this RFI, the North American Industry Classification System (NAICS) code, and the small business size standard are as follows: The NAICS code for the requirement is 541350 - Building Inspection Services, and the main applicable small business size standard is $7.5 million in annual gross receipts.
DESCRIPTION OF SERVICES:
Description of Services;
1. Services shall be performed in accordance with (IAW) the objectives and responsibilities outlined in Public Law, DoD/AF series directives as well as MAJCOM/Wing/Base instructions and guidance. Provide personnel, training, vehicles, equipment, tools, and supplies unless specified in the Performance Work Statement (PWS) as Government furnished or provided.
2. Condition assessments of facilities utilizing BUILDERTM. Assessments shall be performed in accordance with the BUILDERTM SMS nine (9) point “Direct Condition Rating” methodology on building components in the following seven (7) ASTM E 1557-09 Level 2 Group Elements: B20 - Exterior Enclosure, B30 - Roofing, C10 - Interior Construction, D20 - Plumbing, D30 - HVAC, D40 - Fire Protection and D50 – Electrical
3. Use BUILDERTM Remote Entry Database (BRED) and web-based BUILDERTM for data input.
4. Conduct inventory of Real Property Installed Equipment (RPIE). Capture/record data elements IAW BUILDERTM protocols (individually record RPIE as single quantity). Attach record bar-code labels to each piece of equipment as practicable. Equipment items that are inaccessible (i.e., buried, located in confined spaces, hanging or, requiring specialized access) will be estimated on a 10% sample basis.
5. Convert/update existing Interim Work Information Management System (IWIMS) multi-shop Maintenance Action Sheets [MAS] to single shop data in Excel format for transition to Preventive Maintenance Task List (PMTL) format with one to one correspondence between RPIE and the PMTL data.
SUBMISSION OF RESPONSES:
The Government requests that vendors respond to this RFI with sufficient detail regarding their capabilities and capacity to satisfy the requirement listed for BUILDER Sustainment Management System Facility Condition Assessment (FCA) and Air Force Preventive Maintenance Task List (PMTL) Nexgen IT/TRIRIGA conversion services. The section titled ‘Description of Services' will apply to this requirement.
Information sought by the Government includes:
1) Company Information
a. Company name on a company letterhead
b. Address
c. Your company's representative (name and role)
d. Your company's representative's contact information (e-mail & phone number)
e. Is your company a small or large business?
f. Is your company a subsidiary of a larger/parent business? If so, please provide the name.
g. If your company is a small business, what is your company's socioeconomic status (small business, 8(a), HUBZone, veteran-owned, women-owned, small disadvantaged, etc.);?
h. Primarily doing business in the Private/Commercial or Government Sector?
i. Commercial and Government Entity (CAGE) Code
j. Data Universal Numbering System (DUNS) Number
2) Company's role in the performance of the requirement
a. Prime Contractor
b. Subcontractor
c. Other (please describe)
3) Has your company been awarded a Government contract within the past three (3) years? If yes, how many contracts?
4) Please provide your recommended proposal period (number of days from RFP release date until proposal due date).
5) What suggested revisions do you have for the PWS?
CONTRACTING OFFICE ADDRESS:
Department of the Air Force, Air Force Installation Contracting Agency, Specialized Contracting Squadron, 90 G Street, Bldg 1201, JBPHH, HI 96853-5230
PLACE OF PERFORMANCE:
KPSTS, Waianae, Oahu, HI
POINTS OF CONTACT (POCs):
Send responses to this RFI in writing via email to each of the POCs below no later than close of business, Friday, 24 May 2019:
SSgt Mark A. Barber at phone: 808-471-4333, email: mark.barber.2@us.af.mil
Attachments:
1. Performance Work Statement, 5 Mar 2019
- Opportunity closing date
- 24 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Air Force AFICA- PACAF United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.