Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOURCES SOUGHT

W -- Rental & Servicing of Portable Toilets - PWS & Questionnaire

Notice Date
1/25/2010
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-10-R-0003-SS
 
Archive Date
10/1/2010
 
Point of Contact
Vanessa Lechon, Phone: 8056052484
 
E-Mail Address
vanessa.lechon@vandenberg.af.mil
(vanessa.lechon@vandenberg.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) - Draft Sources Sought Questionnaire Portable Toilets - Sources Sought This is a Sources Sought Notice only. No solicitation is being issued at this time. 30 CONS/LGCB is seeking commercial sources to provide all management, personnel, tools, supplies, equipment, materials, and labor necessary to deliver and place, maintain and remove fully operational portable toilets at Government designated sites within boundaries of Vandenberg AFB, CA. It is anticipated that the contract performance period will include a base period of twelve months (1 Oct 2010 - 30 Sep 2011) and four one-year option periods (extending through 30 Sep 2015) exercised at the unilateral right of the Government. 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 562991. The size standard for NAICS 562991, size standard $7.0M. 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, Service Disabled Veteran Owned Small Businesses, or small business), anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming arrangements 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. Interested firms are requested to provide the aforementioned information, along with interest and capability statements NLT 10 Feb 2010 using the attached form. 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 (see attached form) 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 no more than three pages) are requested to be submitted in writing with the capabilities statement due on 10 Feb 2010. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. 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 the FedBizOpps web site for release of any future synopses or release of the solicitation. Submissions to this notice may be mailed to Vanessa Lechón, 30 CONS/LGCB, 1515 Iceland Ave Room 150, Vandenberg AFB, CA 93437-5212, faxed to (805) 606-5193, or sent via email (preferred) to vanessa.lechon@vandenberg.af.mil. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-10-R-0003-SS/listing.html)
 
Place of Performance
Address: Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02049250-W 20100127/100125234857-8d89044fc17a8103ff90c064d542a176 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.