Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

56 -- Operate COCESS at Vandenberg AFB

Notice Date
1/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
444130 — Hardware Stores
 
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-0004
 
Archive Date
3/6/2010
 
Point of Contact
Alfred D. Fryman, Phone: 8056065866, Sandra A Odem, Phone: 805-605-0488
 
E-Mail Address
alfred.fryman@vandenberg.af.mil, sandra.odem@vandenberg.af.mil
(alfred.fryman@vandenberg.af.mil, sandra.odem@vandenberg.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Vandenberg AFB COCESS - Sources Sought This is a Sources Sought Notice only. No solicitation is being issued at this time. 30 CONS/LGCB is seeking commercial sources with the technical expertise to provide a Contractor-Operated Civil Engineer Supply Store (COCESS) for the 30th Civil Engineer Squadron at Vandenberg AFB, CA. The general description of services is as follows: The contractor shall provide all necessary labor, supervision, equipment, supplies, and materials (except those items identified in the Performance Work Statement as Government-furnished) to support a COCESS located on Vandenberg AFB, CA. The contractor shall acquire, issue, deliver, and store, for use by authorized Government personnel, a variety of materials, equipment, parts, and supplies for construction, facility maintenance, and repair. It is anticipated that the contract performance period will include a base period of eleven months (1 Nov 2011 - 30 Sep 2012) and four one-year option periods (extending through 30 Sep 2016) 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 444130. The size standard for NAICS 444130 is 500 employees. 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 19 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 NLT 19 Feb 2010. Additional information regarding this requirement will be posted for viewing on FedBizOpps at http://www.fedbizopps.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 Capt Alfred Fryman or Sandra Odem, 30 CONS/LGCB, 1515 Iceland Ave Room 150, Vandenberg AFB, CA 93437-5212, faxed to (805) 606-5867, or sent via email (preferred) to alfred.fryman@vandenberg.af.mil and sandra.odem@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 at (805) 606-5866 (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-0004/listing.html)
 
Place of Performance
Address: Bldg 11152, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02051519-W 20100130/100128234602-9d22a694b9a4273db84669c0da2f159d (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.