Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
SOURCES SOUGHT

J -- 80-FOOT TURNTABLE HYDRAULIC SYSTEM MAINTENANCE - Draft Statement of Work

Notice Date
6/12/2017
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-17-A-000X
 
Point of Contact
Rosann D. Knarreborg, Phone: (661) 277-9522, Falilou T. Diouck, Phone: (661) 277-8454
 
E-Mail Address
rosann.knarreborg.1@us.af.mil, falilou.diouck@us.af.mil
(rosann.knarreborg.1@us.af.mil, falilou.diouck@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW Turntable Hydraulic System Maintenance SOURCES SOUGHT SYNOPSIS BENEFIELD ANECHOIC FACILITY 80-FOOT TURNTABLE HYDRAULIC SYSTEM MAINTENANCE THIS SOURCES SOUGHT SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The Directorate of Contracting, AFTC/PZIEB at Edwards AFB, CA is conducting preliminary planning market research to obtain information from potential and eligible contractors for contemplated award of one or more Blanket Purchase Agreements (BPA) for the 412th Test Wing Electronic Warfare Group. Purchases/Calls made under anticipated BPA(s) will be subject to the availability of funds. The requirement is for hydraulic system inspection and maintenance of a 175 ton, 80 foot diameter turntable that can rotate +/-180 degrees. The turntable is located at the Benfield Anechoic Facility (BAF), Building 1030, Edwards AFB, CA 93524. The associated North American Industry Classification System (NAICS) code is 811310 - Commercial and industrial machinery and equipment (except automotive and electronic) repair and maintenance / hydraulic equipment repair and maintenance services with a corresponding small business size standard of $7.5 million. The associated Service Code is J036- Maintenance, Repair, and Rebuilding of Equipment- Special Industry Machinery. In accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the Contracting Officer, IAW FAR 19.203(c), to consider an acquisition for the small business socioeconomic contracting programs to include 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) programs, and to consider a small business set-aside (see 19.502-2(b)). Small businesses in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. It is the contractor's responsibility to ensure that all work is performed is in accordance with all Air Force, federal, state, county, and local statutes, laws, regulations, safety requirements, instructions, manuals, handbooks, regulations, guidance, and policy letters. Attached is the Draft Statement of Work (SOW) outlining the minimum requirements of the required service and maintenance. Work will be provided under firm-fixed-price (FFP) BPA calls/purchases based on a negotiated price list. Interested contractors should have a successful history of relevant experience associated with heavy hydraulic equipment repair and maintenance services. The proposed BPA(s) shall be for a total of five years. Request that responsible Contractors submit a capability statement demonstrating their relevant experience. Capability statements for this SS are not expected to be proposals, but rather statements regarding the company's existing experience. Please include the following: 1. Full name of your firm, address, point of contact, point of contact phone number and email address. 2. Commercial and Government Entity (CAGE) Code. 3. Socioeconomic status (Large or Small Business, certified 8(a), HUBZone, Women-Owned, Service- Disabled, Veteran-Owned). 4. Evidence of recent (past 5 years) experience related to the requirement described above, to include Contract Number, Project Title and Description, and Points of Contact for each contract to include current telephone numbers and email addresses. 5. Any other information deemed pertinent that will aid in our assessment of your firm's capabilities. THERE IS NO SOLICITATION AT THIS TIME. This is a request for information/sources sought announcement ONLY. This request for capability information does not constitute a request for proposals - no contract will be awarded from this notice and is not to be construed as a commitment by the Government. Submission of any information in response to this market survey is purely voluntary - the Government assumes no financial responsibility for any costs incurred. The Government is under no obligation to acknowledge receipt of any information received or provide feedback to respondents with respect to any information submitted. Telephone inquiries will not be accepted or acknowledged. This SS notice is for planning purposes only, and does not constitute a solicitation for bids/proposals. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. If a Request for Proposal (RFP) is issued, it will be announced at a later date. All interested parties must respond to that RFP announcement separately from the response to this announcement, and are responsible for monitoring the Federal Business Opportunities (FBO) website for the posting of any solicitation or subsequent updates. Interested Contractors shall submit responses no later than 2:00 p.m. Pacific Standard Time (PST) on 16 June 2017 via e-mail to the Contract Specialist, Rosann D. Knarreborg, at rosann.knarreborg.1@us.af.mil and the Contracting Officer, Falilou Diouck at falilou.diouck@us.af.mil. Responses shall be limited to no more than 10 pages. Note: File size shall not exceed 10MB - e-mails over this size will not be received. Telephone requests for technical information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-17-A-000X/listing.html)
 
Place of Performance
Address: Benefield Anechoic Facility, 30 Hoglan Avenue, Building 1030, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04540777-W 20170614/170612234523-327086762048d55c6be5ba589f61cc22 (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.