Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2012 FBO #4002
SOURCES SOUGHT

J -- Corrosion Control and Transient Alert Sources Sought for Joint Base Pearl Harbo-Hickam

Notice Date
11/6/2012
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 647 CONS - Hickam, 90 G Street, bldg. 1201, JBPHH, Hawaii, 96853-5230, United States
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-13-R-0002
 
Archive Date
11/14/2012
 
Point of Contact
Michael Stoermer, Phone: (808) 448-2962, Harry G. Thigpen, Phone: (808) 448-2957
 
E-Mail Address
michael.stoermer@us.af.mil, harry.thigpen.1@us.af.mil
(michael.stoermer@us.af.mil, harry.thigpen.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (not a Presolicitation notice pursuant to FAR Part 5) to identify sources that can perform Transient Alert Aircraft and Corrosion Control services on Joint Base Pearl Harbor-Hickam, Hawaii. Responses are due by 1600 HST on 13 Nov 2012. The contractor shall provide all management, personnel protective equipment (PPE), supplies (except soap), equipment, transportation to and from job sight and labor necessary to ensure that Aircraft Corrosion Prevention Cleaning and Lubrication Services are performed at Hickam AFB, Hawaii in accordance with all applicable laws, regulations, standards, instructions and commercial practices. The contractor will be responsible for aircraft cleaning and post-wash lubrication services. Prior or current aircraft experience (for washing, lubing and cleaning aircraft) is required. Additionally, the contractor shall perform aircraft transient maintenance services to include, arrival services, ground handling, aircraft safety of flight inspections, maintenance, aircraft forms documentation (includes automated Maintenance Information Systems [MIS]), processing services, departure services, and user maintenance/inspections on assigned powered and non-powered Aerospace Ground Equipment (AGE) and Support Equipment (SE). The service provider staff shall be fully trained, qualified, and knowledgeable professionals who are customer service oriented. The service provider shall ensure quality work performance in accordance with applicable Department of Defense, Air Force, MAJCOM and local directives and technical orders. The 647th Contracting Squadron (647 CONS/LGCB) is seeking information to identify sources to meet this requirement. Based on the outlined requirement, is your company interested and capable of providing this service? The NAICS for this project is expected to be 488190 with a $7 million size standard. All potential sources are asked to submit capability packages expressing their interest. The capability packages must be clear, concise, complete and limited to no more than ten (10) pages, and shall include, at a minimum: (1) name and address of firm; size/ownership, i.e. large, small, small disadvantaged, 8(a), disabled-veteran, veteran, woman owned, and HubZone; (2) number of years in business; (3) a point of contact with name, title, phone, fax, and email; (4) cage code and DUNS number (if available); (5) identify if you are a GSA schedule holder; affiliate contractor (if potential sub) or subcontractors (if potential prime); experience and familiarity with providing the requested services. This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute a Request for Proposal, and is not considered a commitment by the government. The government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. Respondents capable of satisfying the requirement stated herein should respond electronically to 2Lt. Harry Thigpen via email at harry.thigpen.1@us.af.mil, Roger Brown at roger.brown.17@us.af.mil, or A1C Michael Stoermer at michael.stoermer@us.af.mil by 1600 HST on 13 Nov 2012. Responses should contain Company Name, Address, Point of Contact, Email, Phone Number, Cage Code, Size of Business pursuant to NAICS Code 488190 (size standard $7 million), and an abbreviated listing of capabilities/credentials. Please contact A1C Michael Stoermer at (808) 448-2962 or Roger Brown at (808) 448-2960 if you have any questions. This sources sought is issued for informational and planning purposes only. The information will be used to conduct market research to identify qualified, experienced, and interested potential sources and commercial practices in support of the government's requirements. Contact with Government personnel, other than those specified in the sources sought, by potential offerors or their employees regarding this requirement is not permitted. This is not a request for proposal. It is not to be construed as a formal solicitation or an obligation on the part of the government to acquire any products or services. The information requested by this RFI will be used within the air force to facilitate decision making and will not be disclosed outside the agency. Any information provided to the government is strictly voluntary and will be provided at no cost to the government. The Government reserves the right to decide whether or not a small business set aside is appropriate based on responses to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/FA5215-13-R-0002/listing.html)
 
Place of Performance
Address: 647CONS/LGCB, 90 G Street, Bldg 1201, JBPHH, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN02924988-W 20121108/121106233835-b2b388fa0e14212cc84599d34c33d826 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.