Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOURCES SOUGHT

S -- Grounds Maintenance Services - Statement of Work

Notice Date
8/3/2009
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
SS0308RTB
 
Archive Date
8/29/2009
 
Point of Contact
Robert T Batkins, Phone: 210-536-2612
 
E-Mail Address
robert.batkins@brooks.af.mil
(robert.batkins@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Any formal solicitations will be announced separately. It is not to be construed as a commitment by the Government nor will the Government pay for information provided in response to this RFI. PURPOSE/GENERAL INFORMATION. The Air Force Center for Engineering and the Environment (AFCEE), Brooks City-Base, TX, is planning to contract for Grounds Maintenance Service at 3411 Olson St. McClellan AFB, CA. We anticipate a single award Blanket Purchase Agreement (BPA) contracts using NAICS code 561730. The small business size standard associated with this NAICS code is $7,000,000.00 We currently anticipate awarding one contract. All business sizes, to include small business and the sub-categories of small businesses, are being looked at during our market research phase. At this time, we are considering that call orders under this contract will be negotiated as Firm Fixed Price (FFP). The ordering period will be two years with the Period of Performance 1 Oct 2009 through 30 Sep 2011. Statement of Work (SOW), entitled "Statement of Work for Grounds Maintenance Services attached. BACKGROUND AND PROGRAM INFORMATION. The BPA contract will serve to functionally replace services contained within McClellan CA. existing HVAC Service whose current ordering period will expire on 30 Sep 2009 timeframe. Request comment from interested parties to the following questions: 1. Would you be interested in submitting a proposal considering the contemplated scope of work items? If not, why? 2. In reference to 1 above, do you have sufficient experience that would allow the evaluator to assess your capability? If not, please explain. 3. What is the minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? 4. What maximum capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality products? 5. What is your business size? If you are a small business, do you also qualify under any of the sub-categories (8(a), small disadvantaged business, woman owned small business, veteran owned small business, HUB zone small business, service disabled veteran owned small business, and HBCU/MI)? 6. If you are a small business, would you consider submitting a proposal as a prime contractor? 7. In what socio-economic programs do you now participate (e.g. Mentor Protégé, Indian Incentive, etc.)? What is the extent of your participation in these programs? 8. What are the most critical criteria that would distinguish one company's capabilities from another? Explain. 9. With the contemplated requirements, would you recommend areas to omit from scoring contractor capability? 10. Do you have any thoughts or concerns with regionalizing and/or consolidating requirements from multiple bases? 11. Would you participate in this acquisition with other firms as teaming members or joint ventures? What other teaming opportunities do you see for this acquisition? 12. It is currently anticipated that one contract award will result from this acquisition and that this awards will be reserved for small business. For small business consideration, would your firm be able to compete under NAICS 561730? If not, why? 13. Do you have any other comments or suggestions that you would like to share with us? Please include the following with your response: name and address of firm; size of business; point of contact and telephone number, average annual revenue for past 3 years and number of employees, classification standard i.e. large, small, small disadvantaged, 8(a), HUBZone, etc, affiliate information: parent company, joint venture partners, and potential teaming partners. Please e-mail responses to Robert.Batkins@Brooks.af.mil; no later than 14 August 2009. Since this is an RFI to be used in planning the acquisition, please do not send in a proposal. The request for proposals, if and when issued, will be available on the Internet at FedBizOpps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. Contracting point of contact for this acquisition is Robert Batkins (210) 536-2612. Please note that official information concerning this acquisition will be provided only by the Contracting Officer or the Buyer. Any information received from other sources should not be relied upon as official acquisition information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSW/SS0308RTB/listing.html)
 
Place of Performance
Address: 3411 Olson Street, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN01897112-W 20090805/090803235650-903a85853d2aad307a6083b48652701f (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.