Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2026 SAM #8864
SOURCES SOUGHT

V -- Joint Personal Property Shipping Office (JPPSO) - Personal Property Movement Services

Notice Date
3/2/2026 1:14:47 PM
 
Notice Type
Sources Sought
 
NAICS
488991 — Packing and Crating
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
A059729
 
Response Due
3/17/2026 9:00:00 AM
 
Archive Date
03/18/2026
 
Point of Contact
Curtis Thomas, Raschelle Swindle
 
E-Mail Address
curtis.thomas.4@us.af.mil, raschelle.swindle@us.af.mil
(curtis.thomas.4@us.af.mil, raschelle.swindle@us.af.mil)
 
Description
INSTRUCTIONS: The following survey information should be included in your response: 1. Company name and physical mailing address; 2. Point of contact with phone number and email address; 3. A statement as to whether your company is domestically or foreign owned or controlled (if foreign, please indicate the country), and whether use of any foreign national employees are contemplated on this effort; 4. Statement of socio-economic status (e.g. large, small, 8(a), HUBZone, Service-Disabled Veteran-Owned small business, etc); 5. Provide DUNS/CAGE Code; 6. Provide web page URL, if applicable; 7. Indicate if you are the manufacturer or provide the name and size of the manufacturer of the service(s) you will be supplying. 8. Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. 9. Please provide information about the firm�s standard warranty if applicable. 10. Please provide recent sales history to commercial companies in order to determine commerciality. Attention Small Business Respondents who are interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; however, the Air Force is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of providing the required supplies/services, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Attention All Potential Respondents: If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting. The following capability survey questions should also be addressed in your capabilities package: 1. Name of country where manufacturing of the product takes place. 2. Briefly describe the capabilities of your facility and the nature of the services/supplies that you provide. Please include a description of your staff composition and management structure. 3. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number. 4. Are there specific requirements in the documentation that we provided that would currently preclude your product/service from being a viable solution to our requirement? 5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is our requirement offered to both under similar terms and conditions? Briefly describe any differences.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/97c00780c55f407faec12af0f268e105/view)
 
Place of Performance
Address: wpafb, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07731727-F 20260304/260302230042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.