Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2013 FBO #4065
SOURCES SOUGHT

23 -- High-Lift Vehicle Lease - Draft PWS and Associated Documents

Notice Date
1/8/2013
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-13-R-0004
 
Archive Date
2/9/2013
 
Point of Contact
Lee Mutschler, Phone: 6182569110
 
E-Mail Address
lee.mutschler@us.af.mil
(lee.mutschler@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Word Document Image of Current Vehicle Trim Paint Scheme 89 APS Fox Head Decal Clip Art Image of 89 APS Fox Head Decal on Current Vehicle Image of Current Vehicles 2 Image of Current Vehicles 2 Image of Current Vehicles 1 Vehicle Lettering Overall Vehicle Paint Scheme Draft High-Lift Vehicle Lease PWS High-Lift Vehicles for Andrew AFB Sources Sought Notice The Headquarters Air Mobility Command (HQ AMC) Specialized Contracting Branch is conducting market research to determine qualified, experienced, and interested sources to provide for lease to buy of two identical high-lift loader vehicles capable of performing limited mobility passenger transfer and dignified transfer of human remains for the Air Mobility Command. The information requested by this Sources Sought Notice 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 Notice are cautioned that is not a Request for Proposal (RFP). This Sources Sought Notice is a market research tool used to determine the adequacy of eligible business sources prior to determining the acquisition strategy and issuance of an RFP. The Government is not obligated to and will not pay for any information received from any sources responding to this notice. All information received in response to this notice marked "proprietary" will be handled accordingly. The Government will not provide any feedback or carry on discussions with non-federal Government activities regarding the information provided in response to this Sources Sought Notice. In accordance with FAR 15.201(e), 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 Sources Sought Notice. Responses to the Sources Sought Notice will not be returned. Not responding to this Sources Sought Notice does not preclude participation in any future solicitation, if one is issued. The North American Industry Classification System (NAICS) code anticipated for this procurement is 333924 Industrial Truck, Tractor, Trailer and Stacker Machinery Manufacturing with a size standard of 500 employees (for purposes of the Non-Manufacture Rule). This is a new requirement. The Government is contemplating use of a Firm-Fixed-Price contract type. However, as no acquisition plan has been approved, the procurement strategy is subject to change. Additionally, there is currently no timeframe for potential RFP release. Approximate start date, assuming a contract is issued, would be 1 Oct 13. INFORMATION REQUESTED (Please limit submission to 15 pages) 1. Company Information: Name, address, telephone number, point of contact names, e-mail addresses, CAGE code, and business size (for small business include socioeconomic status e.g. 8(a), HUBZone, etc.) 2. Major Risks: Identify any major performance, schedule, or cost risks anticipated. 3. Supporting information which demonstrates your capabilities to meet all or some of the tasks specified in this Sources Sought Notice Draft PWS. Supporting information shall not reiterate the language of the tasks provided in the Draft PWS, but rather, it shall provide details regarding your company's capabilities to execute these tasks. Include details regarding your business's ability to provide the product and leasing services (to include lease to buy), as described herein, as well as on terms and conditions relevant to this potential procurement. A cross-reference matrix is requested which links the task to the supporting information provided. Past performance information that is related to the tasks in the Draft PWS is requested if available. 4. Commentary/recommendations for improving or clarifying draft PWS requirements. 5. Recommendations for use of an alternative contract type or NAICS code. 6. Include a "white paper" identifying the price for any vehicle the company currently sells that they believe will meet the Government's requirements. Identify any DOD contract vehicle(s) and Federal Supply Schedules(s) your company has under which this requirement could be awarded. In the event that the company sells a basic vehicle that meets some or most of the PWS requirements but would need additional "options" or "add-ons" in order to fully meet the PWS, please include typical pricing for the vehicle and extra features. 7. If a small business under the identified size standard, please indicate the approximate percentage of the requirement your firm is able to perform. If a large business, please identify an appropriate percentage, if any, for small business subcontracting opportunities. 8. All questions regarding this RFI shall be submitted in writing by email to lee.mutschler@us.af.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 18 Jan 13 will be answered. 9. Submission Information: Interested vendors submission must be clear, concise, complete, and be submitted via e-mail by 12:00 pm CST on 25 Jan 13 to Mr. Lee Mutschler at lee.mutschler@us.af.mil. --------------Please See Attached Performance Work Statement (PWS)-------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-13-R-0004/listing.html)
 
Place of Performance
Address: Andrews AFB, Maryland, Virginia, 20762, United States
Zip Code: 20762
 
Record
SN02960896-W 20130110/130108234114-b64489375c047d72e9b4fe5b622a7222 (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.