Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOURCES SOUGHT

R -- Laboratory Testing Services for Compliance Water Sampling - Draft PWS

Notice Date
8/17/2009
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4F4AC9211AG01
 
Archive Date
9/5/2009
 
Point of Contact
Dierra M Pernell, Phone: 937-522-4565
 
E-Mail Address
dierra.pernell@wpafb.af.mil
(dierra.pernell@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS This is a Sources Sought Synopsis. There is no solicitation available at this time. The Sources Sought Synopsis is published for Market Research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements for providing Chemical and Microbiological Testing of water samples for compliance with the safe drinking water act, for the Bioenvironmental Engineering Office at Wright- Patterson Air Force Base, OH. The incumbent is Belmonte Park Environmental Laboratories, a small business when the contract was awarded. The Government plans a 3-year contract (Base Year with2, 1-Year Options). A draft Performance Work Statement (PWS) is attached to provide respondents with a better understanding of the need of the Bioenvironmental Engineering Office. Firms responding to this announcement should indicate their size. If the firm is a small business, advise if the business is a small business, 8(a) small business, small disadvantaged business, woman-owned small business, HUBZone small business, or service disabled veteran-owned small business. All businesses should also indicate if the firm is foreign-owned. The North American Classification System (NAICS) code is 541380. The Size Standard for a small business for that code is $12M. All interested parties shall submit a capabilities package that explicitly demonstrates capabilities and expertise related to this effort. Past Performance information should be included. Foreign contractor participation is not permitted. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. The synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any Industry input as a result of this announcement. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or a related effort, a Request for Proposal will be published. Date Due: Packages must be received in the buying office not later than 3:00 p.m. EST, 21 August 2009. All questions must be submitted in writing to 1LT Dierra Pernell, Contract Specialist, dierra.pernell@wpafb.af.mil. Request for Capability Package: Request interested firms submit information as to its capability to perform the task set forth in the attached Draft Performance Work Statement (PWS). PACKAGE REQUIREMENTS: 1. Please provide the following information from your firm: Company Name, Address, Phone Number, Fax Number, E-Mail Address, Point-of-Contact Information, Indication of Business Type (i.e. Large Business, Small Business, 8(a) Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or Service Disabled Veteran-owned Small Business). 2. Respondents are requested to provide a brief description of their firm's capability and approach to accomplishing all tasks described in the draft PWS. Address briefly how your firm will approach this work. Include in your package Past Performance Information. Include the name of the company, a point-of-contact, a telephone number, email address, and contract number for no more than 3 current, relevant companies for which your firm has provided Facilities Management. 3. Limit responses to a total of 20 pages. Each page shall be formatted for 8 ½" x 11"paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4F4AC9211AG01/listing.html)
 
Place of Performance
Address: 1940 Allbrook Drive Ste 3, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01914567-W 20090819/090818001338-7ff9fac52a143e9fc3b11b5562a53d3c (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.