Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOURCES SOUGHT

X -- 2012 2012 Building Resiliency through Public-Private Partnerships Conference - Draft Performance Work Statement (PWS)

Notice Date
3/6/2012
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-12-T-6022
 
Archive Date
3/28/2012
 
Point of Contact
Charlotte T. Brooks, Phone: 7195568763, Ashley Taylor, Phone: 7195564886
 
E-Mail Address
Charlotte.Brooks@peterson.af.mil, Ashley.Taylor.2@peterson.af.mil
(Charlotte.Brooks@peterson.af.mil, Ashley.Taylor.2@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. A Government requirement for this software is being developed, and a contract may or may not result. The information requested by this sources sought will be used within the Air Force (AF) to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this sources sought are cautioned that this is not a Request for Quote (RFQ). Any formal Request for Quote will be announced separately. The 21st Contracting Squadron is searching for vendors that can provide conference support for the upcoming Building Resiliency through Public-Private Partnerships Conference (2012 PPP Conference) to be held in Colorado Springs from 23-24 July 2012. The draft Performance Work Statement (PWS) is attached. NOTE: Per draft PWS Paragraph 2.3.3, the 210 hotel rooms identified is only an estimation and the Government will not be responsible to compensate the contractor if all rooms are not occupied. This proposed contract is being considered for a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 721110, Hotels (except Casino Hotels) and Motels. The size standard for NAICS 721110 is $30M. 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, Women Owned Small Business or small business) anticipated teaming arrangements, and a description of similar items 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. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The AF will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the sources sought will not be returned. Not responding to this sources sought does not preclude participation in any future RFQ, if one is issued. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. Please note: All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. In addition to the above information, interested parties are requested to submit a capabilities statement limited to a total of five pages which address the following areas: 1. Company Information: Name, address, telephone number, point of contact names, and e-mail addresses, CAGE Code and DUNS number. 2. Brief description of qualifications that demonstrates the capability to meet this requirement. 3. Identify any additional information needed to submit a quotation that is not currently listed in this notice. 4. Submission Information. Your submission must be clear, concise, complete, and be submitted by 4:00 pm MST 13 March 2012 via email to Charlotte. Brooks@peterson.af.mil and send questions to the same. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6022/listing.html)
 
Place of Performance
Address: Colorado Springs, Colorado, United States
 
Record
SN02689371-W 20120308/120307115323-12f1ba52487c509aed25e9a19b354a59 (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.