SOURCES SOUGHT
99 -- Stationary Nitrogen Generator Maintenance (SOURCES SOUGHT)
- Notice Date
- 4/29/2025 3:56:22 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
- ZIP Code
- 15108-4495
- Solicitation Number
- FA6712-25-RFI-NitrogenGenerator
- Response Due
- 5/7/2025 2:00:00 PM
- Archive Date
- 05/22/2025
- Point of Contact
- Crystal Spurlin, Jay De Leonibus
- E-Mail Address
-
crystal.spurlin@us.af.mil, jay.de_leonibus@us.af.mil
(crystal.spurlin@us.af.mil, jay.de_leonibus@us.af.mil)
- Description
- REV 1 dated 4/29/2025 - Added ""SOURCES SOUGHT' in the title, added the NAICS code 811310 to the Classification section and included PWS in attachments/Links SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION 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 Information-Sources Sought number is FA6712-25-RFI-NitrogenGenerator and MUST be used to reference any written responses to this sources sought. The 911th AW Pittsburgh Air Reserve Base, Coraopolis, PA anticipates a requirement for maintenance on their current stationary nitrogen generator; Model Number SNG II-408 15-460-3-60, manufactured by Bauer Compressors, Inc. of Norfolk, Virginia. The North American Industry Classification Systems (NAICS) Code proposed is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Size Standard of $12.5 M. As part of Market Research, the 911th MSG/PK is seeking qualified businesses of any size, capable of providing maintenance to the stationary nitrogen generator - Attachment #1, Statement of Work. The results of this notice will aid in determining whether a potential future solicitation may be a small business set-aside. No assumptions will be made regarding capabilities. Firms must submit sufficient information to assist the Contracting Officer in making a determination regarding the capabilities. Contractors are responsible for ensuring completeness of the capabilities statement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. All interested firms must 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 must 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. 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 set-aside decisions. Please note: All contractors doing business with the Federal Government must be registered in the System of Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the Contracting Specialist Crystal Spurlin; crystal.spurlin@us.af.mil and the Contracting Officer Jay De Leonibus: jay.de_leonibus@us.af.mil. Telephone responses will not be accepted. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through Contracting Opportunities at sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. Please complete the Contractor Survey: Please provide the following information: Company/Institute Name: Address: Point of Contact: Unique Entity ID: CAGE Code: Phone Number: E-mail Address: Size of business pursuant to North American Industry Classification System (NAICS) Code: 811310; Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Size Standard of $12.5 M. Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service-Disabled Veteran Small Business (Yes / No) RESPONSES ARE DUE NO LATER THAN 05/07/2025 at 5:00pm Eastern.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2adc87cf2c5a4bb08c17ed51bf967c31/view)
- Place of Performance
- Address: PA 15108, USA
- Zip Code: 15108
- Country: USA
- Zip Code: 15108
- Record
- SN07425507-F 20250501/250429230058 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |