Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOURCES SOUGHT

53 -- 53 - Contractor-Operated Civil Engineer Supply Store (COCESS) - Questionnaire

Notice Date
4/25/2012
 
Notice Type
Sources Sought
 
NAICS
444130 — Hardware Stores
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-12-R-B009
 
Archive Date
9/30/2012
 
Point of Contact
Leo Rodgers III, Phone: 702-652-9574, Edwin Gutierrez, Phone: 7026523147
 
E-Mail Address
leo.rodgers@nellis.af.mil, edwin.gutierrez@nellis.af.mil
(leo.rodgers@nellis.af.mil, edwin.gutierrez@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sample list of supplies that will be required under this acquisition Draft Statement of Work Questionnaire, please provide with your response This is a Sources Sought Notice only. This requirement is funded; however no solicitation is being issued at this time. The 99th Contracting Squadron is seeking commercial sources with the technical expertise to provide a Contractor-Operated Civil Engineer Supply Store (COCESS) for the 99th Civil Engineer Squadron at Nellis AFB, NV. The general description of services is as follows: The contractor shall provide all necessary labor, supervision, equipment, supplies, transportation, and materials to support a "one stop shop" Contractor Operated Civil Engineer Supply Store (COCESS) located on Nellis Air Force Base (AFB). The contractor shall acquire, issue, deliver, and store a variety of material, equipment, parts, tools, and supplies for construction, and facility maintenance and repair, and lawn and garden equipment repair for use by authorized government personnel. It is anticipated that the contract minimum order amount will be $100,000.00 with a maximum order amount of $10,000,000.00. The contract performance period will include a base period of twelve months (1 September 2012 - 31 August 2013) and four one-year option periods (extending through 31 August 2017). The requirement is being considered for set-aside under one of the small business programs. The North American Industry Classification Systems (NAICS) code for this requirement is 444130. The size standard is $7M. The Government, to the extent practicable, encourages maximum participation by small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Using the form provided with this notice, all interested companies (large and small) are asked to provide a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e. Large, 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. The Government will use this information in determining its small business set-aside decision. Responses are requested by 9 May 2012. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Statement of Work (SOW) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the SOW. 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 SOW, 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 9 May 2012. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft SOW posted with this notice is subject to change. All interested parties are reminded that current registration at the Central Contractor Registration (https://www.bpn.gov/ccr/) is required in order to be eligible for award. NOTE: Please use the interested vendors function at the FedBizOpps web page. It is the responsibility of all interested parties to monitor the FedBizOpps web site for the pending synopsis and solicitation. Submissions in response to this notice may be sent to Leo Rodgers III by e-mail at leo.rodgers@nellis.af.mil, by fax at 702-652-3367, or by mail at 99CONS/LGCB, 5865 Swaab Blvd Bldg. 588, Nellis AFB, NV 89191-7063. If emailing your response, please call 702-652-9574 to confirm that your e-mail was received. Government internet firewalls may block e-mails or strip attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-12-R-B009/listing.html)
 
Place of Performance
Address: 99th Contracting Squadron, 5865 Swaab Blvd, Bldg. 588, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02730603-W 20120427/120425235049-4e40bee9120e1beafd1118c2d0e0ffc9 (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.