Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOURCES SOUGHT

S -- Laundry & Dry Cleaning Services

Notice Date
7/12/2007
 
Notice Type
Sources Sought
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue Bldg 8500, Room 150, Vandenberg AFB, CA, 93437-5212, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4610-07-R-0010
 
Response Due
7/23/2007
 
Archive Date
8/7/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought Notice only. No solicitation will be issued at this time. This synopsis is issued for the sole purpose of the 30th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified sources capable of providing all management, personnel, equipment, tools, materials, supervision, labor and other items and services necessary to perform appliance purchase, installation, maintenance, repair, replacement, removal and disposal services at Vandenberg AFB (VAFB). It is anticipated that the contract performance will include a base period of one-year (1 Oct 2007 - 30 Sep 2008) and four one-year option periods (extending through 30 Sep 2012) exercised at the unilateral right of the Government. The purpose of this sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Hub Zone, 8[a], small, small disadvantaged, large, etc) relative to North American Industry Classification System (NAICS) code 812320 and annual revenue of $4.5M. Interested firms are requested to submit interest and capability statements (maximum of three pages, not including the cover page) in writing NLT 23 July 2007. The interest and capability statements should include interested firms business size (small or large), business status (Hub Zone, 8[a], disadvantaged, woman-owned, veteran owned, service disabled veteran owned, etc.) The capability statements should show evidence of relevant experience in the services described above and in the draft PWS posted with this notice and should include, at a minimum, the following information: brief description of any relevant contracts (commercial or government), contract numbers, contract dollar values, dates of performance, number and type of personnel involved, and the name of the government program manager. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government?s consideration (please limit to three pages) are requested to be submitted in writing NLT 23 July 2007. This acquisition will be set aside for small business if enough small business firms can demonstrate qualifications to perform the required services and such firms express an interest in proposing; otherwise, this acquisition may be solicited under full and open competition. Additional information, as it becomes available, will be posted for viewing on FedBizOpps at http://www.fedbizopps.gov/. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future synopses or release of the solicitation. Submissions to this notice may be mailed to SSgt Jimmy Nguyen, (805) 606-3872 or Jeffrey E. Powell, (805) 605-0490, 30 CONS/LGCB, 1515 Iceland Ave, Bldg 8500, Rm. 150, Vandenberg AFB, CA 93437-5212, or sent via email to jimmy.nguyen@vandenberg.af.mil and jeffrey.powell@vandenberg.af.mil.
 
Place of Performance
Address: 1515 ICELAND AVENUE, BLDG 8500, ROOM 150, VANDENBERG AFB, CA
Zip Code: 93437-5212
Country: UNITED STATES
 
Record
SN01340701-W 20070714/070712221307 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.