Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOURCES SOUGHT

J -- Battery Maintenance - SOW

Notice Date
6/26/2013
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA252113QB064
 
Archive Date
7/18/2013
 
Point of Contact
Elizabeth A. Braun, Phone: 3214941492, Keona L Greene, Phone: 3214949942
 
E-Mail Address
elizabeth.braun@us.af.mil, keona.greene@us.af.mil
(elizabeth.braun@us.af.mil, keona.greene@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 811213. The size standard for NAICS is $10.0m. The requirement is to inspect the Ascension telephone switch three strings of twenty-four cell (forty-eight volt) batteries in building 12134. Add water as needed to the cells and after adding water boost charge one string at a time for six hours. Inspect the Antigua twenty-four cell (48 volt) battery in building 35214 and the two strings of four cell (48 volt) batteries in the remote telephone switch in building 24911. Add water, as needed, to the cells and after adding water boost charge one string at a time for six hours. Provide an electronic Adobe report for all 3 batteries: recording each cell. 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. (insert any other questions the customer would like to see.) The Government will use this information in determining its small business set-aside decision. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Submit capabilities packages by mail to 45 CONS/LGCBB, Attn: FA2521-13-Q-B064,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238 or email to: 45cons.lgcb.e-bids@us.af.mil. RESPONSES ARE DUE NO LATER THAN 3 July 2013 @ 1200. Approved CHERYL WITT Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA252113QB064/listing.html)
 
Place of Performance
Address: Ascension Island Comm Bldg 12134, Antigua Island Comm Bldgs 35214 and 24911, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03100742-W 20130628/130626235748-f5819400850434ebbc32b7e3393b1ddc (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.