Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOURCES SOUGHT

J -- 351st Vessel Maintenance - Sources Sought - Draft PWS

Notice Date
12/13/2017
 
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 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
FA2521-18-Q-B012
 
Archive Date
12/30/2017
 
Point of Contact
Antonino E. Lyons, Phone: 3214947092, Tricia Hatcher, Phone: (321) 494-3668
 
E-Mail Address
antonino.lyons@us.af.mil, tricia.hatcher@us.af.mil
(antonino.lyons@us.af.mil, tricia.hatcher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft PWS Sources Sought SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA2521-18-Q-B012 shall be used to reference any written responses to this source sought. 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 811310. The size standard for NAICS is $7,500,000. GSA Schedule 84 Category 260 13: Marine Craft Modifications, Marine Craft Repair and Marine Craft Spare Parts includes repair of all types of Marine Craft and other products. The requirement is to provide maintenance for the Boston Whalers, Aluminum Chambers Boats (ACB), Boat Trailers, and Outboard Maritime Engines. Salient Characteristics: Please see the attached Draft Performance Work Statement (PWS) for details. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the 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 SDVOSB, WOSB, EDWOSB, or 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. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. 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. Include three past references with current contact information and contract number. 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. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-Q-B012, 1201 Edward H. White II Street, Bldg. 423, Room 206, Patrick AFB, FL 32925-3238. Telephone responses will not be accepted. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. RESPONSES ARE DUE NO LATER THAN FRIDAY, 15 DEC 17, 3 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-18-Q-B012/listing.html)
 
Place of Performance
Address: 1201 Edward H. White Street, Bldg 423, PAFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04766167-W 20171215/171213231535-fa7cd6d40f6c6405854877287ffb1127 (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.