Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2025 SAM #8585
SOURCES SOUGHT

N -- PKB Surveillance and Security Technology Support Indefinite Delivery Indefinite Quantity (IDIQ) (Sources Sought/RFI)

Notice Date
5/27/2025 12:28:25 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461325Q1013
 
Response Due
6/6/2025 1:00:00 PM
 
Archive Date
06/21/2025
 
Point of Contact
Brandon Bartlett, Patrick Enriquez
 
E-Mail Address
brandon.bartlett.2@us.af.mil, patrick.enriquez.4@us.af.mil
(brandon.bartlett.2@us.af.mil, patrick.enriquez.4@us.af.mil)
 
Description
Sources Sought / Request for Information (RFI) Notice Number: FA461325Q1013 Description: PKB Surveillance and Security Technology Support Indefinite Delivery Indefinite Quantity (IDIQ) (Sources Sought/RFI) This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract at F.E. Warren AFB, Wyoming, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 561621, Security Systems Services (except Locksmiths), with a size standard of $25M. If a different NAICS code would be better suited for this requirement, please state in your response what NAICS is better suited for this requirement and why. A need is anticipated for an integrated Surveillance and Security Technology Support IDIQ requirement to support Security Forces Group (SFG) operations located at F. E. Warren AFB, Wyoming. The mission is to provide a broad range of 24-hour, continuous security and protection at F.E. Warren AFB that is required to support installation readiness, sustain nuclear deterrence and current/future mission requirements. These requirements will be achieved through the implementation of Task Orders (TOs) issued under the terms of the contract. The Government previously contracted for similar services under contract FA461323P0049, and FA461324P0038. The new contract is anticipated to be an IDIQ contract. In response to this sources sought, please provide: Completed Attachment 1 � Contractor Response Form Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI), CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Whether your firm is interested in competing for this requirement as a prime contractor or subcontractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company�s specific experience in construction and providing comparable services. Ensure the information is in sufficiently detailed regarding previous experience in managing construction (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008). Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB). Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). Please include your bonding capacity/capability, to include the single project and aggregate limits. Identify how the Air Force can best structure these contract requirements to facilitate competition by and among small business concerns. Recommendations to improve the approach/specifications/draft SOW/draft PWS to acquiring the identified items/services. Questions related to this sources sought shall be sent no later than 2 June 2025. Electronic submissions only: Responses are due no later than 2:00pm MST on 6 June 2025, to facilitate planning and ensure maximum consideration. Email attachments cannot exceed 9 megabytes (MB) due to the Government�s email system restrictions. DO NOT SEND ZIPPED files as the Government�s network will remove all zipped files. Telephone inquiries will NOT be entertained. Interested businesses should provide a brief capability statement package (limited to no more than 10 pages, single spaced, and 12 font size minimum) demonstrating specific capability in reference to this requirement. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of the two and the document(s) must be searchable. Include: Whether the experience has been as a prime contractor or subcontractor on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). Email the capability package to: Mr. Brandon Bartlett - Contract Specialist at email: brandon.bartlett.2@us.af.mil, AND Mr. Patrick Enriquez - Contracting Officer at email: patrick.enriquez.4@us.af.mil The email subject line should include: The Firm�s Name, �Response to the Sources Sought for the Surveillance and Security Technology Support IDIQ, FA461325Q1013.� **Note: the location(s) and corresponding solicitation number that you are responding to must be identified on the subject line. ATTACHMENT LIST: Attachment 1 � Contractor Response Form Attachment 2 - Performance Work Statement (IDIQ)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9735912fcf3d4523b3deacfa5acd4c4b/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07456800-F 20250529/250527230049 (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!  © 1994-2024, Loren Data Corp.