Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOURCES SOUGHT

J -- Transient Aircraft Services - Performance Work Statement

Notice Date
2/2/2012
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904
 
ZIP Code
57706-4904
 
Solicitation Number
FA4690-13-C-TA
 
Archive Date
2/24/2012
 
Point of Contact
Aaron J. Brandt, Phone: 605-385-1729, Steven C. Gustaf, Phone: 605-385-1740
 
E-Mail Address
aaron.brandt@ellsworth.af.mil, steven.gustaf@ellworth.af.mil
(aaron.brandt@ellsworth.af.mil, steven.gustaf@ellworth.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Performance Work Statement attached is an estimated workload and is subject to change. 1. THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS IN DETERMINING THE AVAILABILITY OF POTENTIALLY INTERESTED PARTIES ($7 million under NAICS 488190), AS WELL AS POTENTIAL SMALL BUSINESS STATISTICS. NO AWARDS WILL BE MADE FROM THIS SOURCES SOUGHT. NO SOLICITATION IS AVAILABLE AT THIS TIME. THEREFORE, DO NOT REQUEST A COPY OF A SOLICITATION. ALL RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR THE FUTURE ACQUISITION. 2. Ellsworth AFB, SD is seeking sources interested in a possible contract to provide Transient Aircraft Maintenance services. The Contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to perform Transient Aircraft Maintenance Services as defined in the performance work statement (PWS), except as specified in paragraph 3 as government-furnished property and services, at Ellsworth AFB, SD. All work performed by the contractor shall be performed in accordance with all applicable laws, regulations, standards, instructions, and commercial practices. The base period for this service is 1 October 2012 or date of award, whichever is later, through 30 September 2013, with 4 option years. 3. All interested parties are invited to provide the following information about your company/institution, or any teaming or joint venture partners. Interested parties are requested to submit a statement of capability outlining past work relative to this requirement. The statement of capability shall include: a) Contractor Name • Address • Point of Contact (POC) • POC phone number(s) and email addresses • CAGE Code • Website, if applicable • State if your company is registered under NAICS Code 811490 or not b) Description of Relevant Contract Experience (Government and Commercial) • Contract number • Description of the requirement • Dollar Value • POC for the requiring activity • POC address, e-mail, phone number(s), fax number, and the company's web page, if applicable This information shall be no more than 5 pages (one-sided, 12 pitch, Times New Roman). 4. Contractors capable of providing these services should submit a Statement of Capability containing the above referenced information via e-mail to the person(s) stated below in paragraph seven (7). Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. 5. ORGANIZATIONAL CONFLICT OF INTEREST (OCI) The Federal Acquisition Regulation (FAR) Part 9.5 requires that action to avoid, neutralize, or mitigate potential organizational conflict of interest be accomplished. Potential Offerors will notify the Contracting Officer (CO) in writing within 5 days of the receipt of the actual RFP (RFP to be released at a later date) regarding any actual/potential OCI and provide applicable mitigation plans. 6. Responses are due no later than 1430 MST, Thursday, 9 February 2012, and shall be electronically submitted to all of the following: Contract Administrator, SrA Aaron Brandt, aaron.brandt@ellsworth.af.mil, and the Contracting Officer, Steven Gustaf, steven.gustaf@ellsworth.af.mil 7. Questions relative to this market research should be sent electronically to SrA Aaron Brandt. NO PHONE INQUIRIES. All communications shall be in writing by referencing "Transient Aircraft Maintenance Sources Sought". DO NOT MAIL. Place of Performance: Ellsworth AFB, SD, United States. Primary Point of Contact: SrA Aaron Brandt, Contract Administrator, aaron.brandt@ellsworth.af.mil, Fax: 605-385-1741. 8. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. AIR FORCE, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/28CONS/FA4690-13-C-TA/listing.html)
 
Place of Performance
Address: 1000 Ellsworth Stree, Suite 1200, Ellsworth AFB, South Dakota, 57706, United States
Zip Code: 57706
 
Record
SN02666124-W 20120204/120202234518-78a9589724ff4bccdc806236d7b54c46 (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.