Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
MODIFICATION

J -- JBER ALMR - Draft DCCS PWS

Notice Date
12/16/2016
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-17-R-0001
 
Archive Date
1/21/2017
 
Point of Contact
Mister H Raby, Phone: 317-552-8203, Christina M Wolf, Phone: 552-3969
 
E-Mail Address
mister.raby@us.af.mil, christina.wolf.4@us.af.mil
(mister.raby@us.af.mil, christina.wolf.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft DCCS PWS (See Attachment) This is not a Pre-solicitation or Solicitation announcement. This sources sought announcement is issued solely for informational, planning purposes and market research in accordance with FAR Part 10. This sources sought is seeking interest from all small business concerns capable and interested in performing Deployable Communications Systems Preventive Maintenance, Readiness and Deployment Services for Joint Base Elmendorf-Richardson (JBER), Alaska. No award will be made from this sources sought. A solicitation is not available; therefore, do not request a copy of a solicitation. At this time, JBER is not seeking proposals and will not accept unsolicited proposals. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS), Commercial and American Industry Classification System (CAGE) Code, and should respond to the following questions: 1) Is the business under NAICS code 811213? 2) Is the business a large or small business? 3) If a small business? a) Does the firm qualify as a small disadvantaged business? b) If disadvantaged specify if the firm is certified under Section 8(a) of the Small Business Act? c) Is the firm a certified HUBZone? d) Is the firm a woman-owned or operated business? e) Is the firm a certified Service-Disabled Veteran Owned or Veteran Owned business? 4) In commercial practice what pertinent information, along with the PWS, (i.e. technical exhibit, layout, etc.) is needed to acquire accurate pricing estimates? Why? 5) Are these deliverables located in the PWS DRAFT provided to the commercial market? Do you currently have any commercial contracts for these types of deliverables? Please provide a capability statement addressing your organization's ability to perform as a prime contractor the work described in the attached PWS DRAFT. The Government has also attached a Performance Work Statement (PWS) for industry comment or questions. This is a draft document; this should not be considered final and should not be relied on for any future procurement that may arise from this notice. The Government is asking for industry to provide input on any possible errors or inconsistencies in the attached draft PWS. The Government also requests input if the document is out of line with current industry practices. Any comments or questions should be submitted in a separate document from the capability statement and company information as described above. There is no page limit to the questions or comments document. However, the Government requests the industry keep the comments and questions to brief statements or questions. The Government will not respond to questions about any future acquisition or timeline. The questions shall only pertain the draft PWS. Please submit the questions and comments document with your capability statement at the time and date listed below. This Sources Sought Notice does not pertain to Competitive Outsourcing under A-76. This is not request for proposal and in no way obligates the Government to award any contract. All capability responses should be typed in a word document; no more than five pages (one-sided, 12-pitch, Times New Roman). All interested and qualified sources must notify this office by electronic mail no later than 12:00pm AKST on 6 January 2017. Please provide responses to this notice to Mister Raby at mister.raby@us.af.mil or Christina Wolf at christina.wolf.4@us.af.mil. Telephone responses will not be accepted. Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. This is not a Pre-solicitation or Solicitation announcement. Be advised that the Government will not pay for any information or administrative cost incurred in response to this sources sought. All cost associated with this sources sought will be solely at the expense of the respondents. Additionally all submissions becomes government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-17-R-0001/listing.html)
 
Place of Performance
Address: 10480 Sijan Ave. Suite 240, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN04354080-W 20161218/161216234321-9a47dc8e87163c74cc747a7c0c80445f (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.