Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

J -- Elevator Maintenance - Sources Sought

Notice Date
7/16/2010
 
Notice Type
Presolicitation
 
NAICS
333921 — Elevator and Moving Stairway Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 1324), Infrastructure Flight - Construction, 580 Goodfellow Street, Peterson AFB, Colorado, 80914-1648
 
ZIP Code
80914-1648
 
Solicitation Number
FA2517-10-R-5001
 
Point of Contact
TJ Wolski, Phone: 7195565361, Mary T Young, Phone: 719-556-8004
 
E-Mail Address
terrie.wolski@peterson.af.mil, mary.young@peterson.af.mil
(terrie.wolski@peterson.af.mil, mary.young@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Document The 21st Contracting Squadron, Peterson Air Force Base (PAFB), Colorado seeks potential sources to perform non-personal services for maintenance of the Vertical Transportation System (VTS) at the Peterson Air Force Base Complex (which includes PAFB and Cheyenne Mountain Air Force Station) Colorado. This soliciation, FA2517-10-R-5001, 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 333921. The size standard for NAICS 333921 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, 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. The Government anticipates soliciting for the award of a lowest price technically acceptable, Firm Fixed Price (FFP) contract. A Request for Proposal (RFP) for this requirement will be issued on or before 1 January 2010. Contract award will be a base year plus 4 one-year option periods. There is no guarantee that the option periods will be exercised. The period of performance for the base year will be from 1 October 2011 to 30 September 2012. The anticipated award date is 30 September 2011, subject to the availability of funds. Contractor responsibilities include providing management, labor, tools, equipment and materials necessary to maintain and repair the elevators, escalators, man lifts, scissor lifts, loading dock lifts and vertical lifts, hereafter referred to as VTS, at PAFB, and Cheyenne Mountain Air Force Station (CMAFS). The Contractor will perform in accordance with all applicable commercial standards established by the industry, federal, state, local and Air Force Occupational Safety and Health (OSHA) regulatory requirements. Elevator technicians and personnel performing maintenance per this Performance Work Statement must be properly licensed per federal, state, and local laws and guidance and must be able to provide proof of such applicable licenses and permits upon Government request. Personnel must be qualified to perform vertical transportation system maintenance as part of Department of Labor occupational codes 23210 and 23220. Contract award will be based on lowest price technically acceptable, best value to the Air Force. Interested offerors can register online at the government point of entry, http://www.fedbizopps.gov/ and subscribe to receive procurement announcements related to this solicitation. All solicitation information will be made available through the FEDBIZOPPs website. Interested parties must be registered in the Central Contractor Registration and On-line Reps and Certs (ORCA) database (http://www.bpn.gov) prior to receiving any solicitation that the Government requests. Any interested offerors are requested to submit in writing either by email to TJ Wolski, Contract Specialist, terrie.wolski@peterson.af.mil or Mary Young, Contracting Officer, mary.young@peterson.af.mil, or by fax (719) 556-4752 on or before 1 November 2010 with the following information: Company name, complete address, telephone number, facsimile (fax) number, and a point-of-contact and telephone number. Any questions relating to this solicitation must be submitted in writing via email to TJ Wolski or Mary Young, Contracting Officer, mary.young@peterson.af.mil or by fax (719)556-4752. Primary Point of Contact: TJ Wolski, Contract Specialist terrie.wolski@peterson.af.mil Phone: (719) 556-5361 Fax: (719) 556-4752 Secondary Point of Contact: Mary T. Young, Contracting Officer Mary.young@peterson.af.mil Phone: 719-556-8004 Fax: 719-556-4752
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb1324/FA2517-10-R-5001/listing.html)
 
Place of Performance
Address: Contracting Office Address:, 21 CONS/LGCA, 580 Goodfellow Ste., (Bldg 1324), Peterson AFB, Colorado 80914-1648, Place of Performance:, Peterson Air Force Base, Colorado Springs, Colorado, United States, Cheyenne Mountain Air Force Station, Bldg 9000, Colorado Springs, Colorado, United States, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02208823-W 20100718/100716235215-e717e6d787e8982e77f89a3f2438f200 (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.