Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
MODIFICATION

81 -- Packing and Crating

Notice Date
8/26/2009
 
Notice Type
Modification/Amendment
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-09-R-0098
 
Archive Date
9/26/2009
 
Point of Contact
Everett Emerson, Phone: 3214944395, Gregory Harris, Phone: 3214949506
 
E-Mail Address
Everett.Emerson@patrick.af.mil, gregory.harris@patrick.af.mil
(Everett.Emerson@patrick.af.mil, gregory.harris@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A NOTICE OF RFP ISSUANCE. THIS EFFORT IS CONSIDERED COMMERCIAL IN NATURE AND ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 12. Patrick Air Force Base anticipates a competitive acquisition for the packing, containerization and local drayage of direct procurement method (DPM) personal property shipments. The contractor will furnish all personnel, equipment, facilities, supplies, services, and materials, except as specified herein as Government furnished, for the preparation of personal property of Department of Defense personnel for shipment and/or storage and related services. The performance period will be for 12 months with an anticipated start date of 1 JAN 2010 with four one-year option periods. Areas of performance for this contract will consist of the following counties: Brevard, Indian River, Martin, Okeechobee and St Lucie. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 488991. The size standard for NAICS 488991 is $25.5 Million. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages. Submit capabilities packages by mail to ATTN: 2d Lt. Everett W. Emerson, 45 CONS/LGCB, Bldg. 423, 1201 Edward H. White II Street, Patrick AFB, FL 32925-3238. Responses may also be submitted via fax to ATTN: 2d Lt Everett Emerson, 321-494-4395 or be e-mailed to everett.emerson@patrick.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 11 SEPTEMBER 2009 @ 1100AM EST. Direct all questions to the attention of 2d Lt Everett Emerson at (321) 494-4395.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-09-R-0098/listing.html)
 
Place of Performance
Address: Brevard, Indian River, Martin, Okeechobee, and St. Lucie, Florida, United States
 
Record
SN01927434-W 20090828/090827000811-fccd09a233e30a367a5dd56416492bb2 (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.