Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
MODIFICATION

S -- Aircraft Corrosion Control Services

Notice Date
4/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
FA4497-10-R-0002-RFI
 
Point of Contact
Luz E. Santiago, Phone: 302-677-5234
 
E-Mail Address
luz.santiago@dover.af.mil
(luz.santiago@dover.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Aircraft corrosion control services This is a SOURCES SOUGHT SYNOPSIS announcement, market survey for information only, to be used for preliminary planning purposes. There is no solicitation package available. No contract shall be awarded from this synopsis. Dover Air Force Base DE is requesting Sources Sought to perform Aircraft Corrosion Control and Inspection Preparation Services for Dover Air Force Base, Delaware. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform contracted services. Contractor's tasks for both C-5 and C-17 aircraft include: Aircraft wash services management functions, towing of aircraft (includes configuration of aircraft prior to tow), washing of both aircraft exterior and interior, lubrication of aircraft (e.g. removing and installing panels, operation of moveable aircraft surfaces to gain access to lubrication/wash points, de-paneling of 450 various sized panels (C-5 Inspection processes). De-paneling of 70 to 100 various sized panels, removal of latrine, galley and underfloor insulation blankets for Home Station Check (C-17 aircraft), remove and reinstall anti-skid up to 25sq ft per aircraft wash, emergency services, and environmental compliance. A single RFP will be issued with the anticipation of awarding of one (1) firm-fixed price contract for a BASE plus FOUR OPTION YEARS of 12 months each, not to exceed 60 months, if exercised by the Government, beginning 01 OCTOBER 2010. The Government does not intend to pay for any information provided. Response to this request must include any documentation that will demonstrate the potential offeror's ability to satisfy the Government's requirements. We are not interested in pricing estimates. The type of solicitation to issue will depend upon the responses to this synopsis. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 561720 the Small Business Size Standard is $14M The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the business community to include the small business community. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Response to this synopsis shall be limited to 5 pages and shall include the following information: 1. Company name and address 2. Interest in bidding on the solicitation when it is issued. 3. Capability to perform a contract of this type. 4. Type of business and business size This office must receive responses no later than 4 May 2010. Mail, your response to Luz E. Santiago, 639 Atlantic Street, Dover AFB, DE 19902-5639 or email information to luz.santiago@dover.af.mil or fax to 302-677-2309. All interested contractors must be registered in CCR to be eligible for award for Government contract
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/FA4497-10-R-0002-RFI/listing.html)
 
Record
SN02128128-W 20100423/100421234807-d478ed5a9ded7deb11773f75a540cbd7 (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.