SOURCES SOUGHT
J -- Firing Range Maintenance & Cleaning Services - Performance Work Statement
- Notice Date
- 7/15/2015
- 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
- FA2521-15-Q-B029
- Archive Date
- 8/13/2015
- Point of Contact
- Frantz Loiseau, Phone: 3214944393, Cheryl T. Witt, Phone: 321-494-2563
- E-Mail Address
-
frantz.loiseau.1@us.af.mil, cheryl.witt@patrick.af.mil
(frantz.loiseau.1@us.af.mil, cheryl.witt@patrick.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attached is the Performance Work Statement. SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B029 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 $7.5M. The requirement is to provide a quarterly 2 day on-site maintenance and cleaning of the 45 SFS Indoor Firing Range. Maintenance and cleaning will include the following; Salient Characteristics: CLIN DESCRIPTION QTY UNIT 0001 Quarterly Range Maintenance and Cleaning: 4 Ea Two days on site Maintenance on Action Target equipment. Maintenance on HVAC System • Quarterly changing of pre-filters • Annual changing of HEPA filters Maintenance on the MIGGET Target Retrieval System Cleaning - Will provide all supplies, materials, parts, tools, equipment sufficient to perform the gun range environmental services as required by the base. Will follow proper safety procedures and all OSHA guidelines and regulatlons concerning our employees during the cleaning end handling of the hazardous materials from the range. Personnel will wear all necessary personal protective equipment used on the job. - Cleaning gun range with HEPA vacuum, mops and deaning solutlon, from firing line to back plate and all positions from firing line to backstop. Lead dust and cleaning solution will be packaged for shipment in DOT-approved containers for proper disposal. - Responsable for providing all DOT approved shipping packages. - Air samples and wipe samples will be performed in the HVAC area to assure that lead dust has been removed 0002 Maintenance Parts (To be provided as needed) 1 Ea 0003 Pre-Filters - Changed Quarterly (40) 24" x 24" x 2" filters 4 Ea HVAC System. 0004 HEPA filters - Change Annually of (40) 24" x 24" x 12" Filters 1 Ea Contractor will provide all parts, supplies, materials, tools, equipment needed to repair and maintain Action Target equipment and maintenance on HVAC System in accordance with the attached draft Performance Work Statement. The PWS is attached. The purpose of the item is to maintain the 45th Security Forces Firing Range and Action Target equipment to include the HVAC System on a quarterly basis, to replace the pre-filters on a quarterly basis and the HEPA filters annually. The estimated period of performance: 1 Dec 15 - 30 Sep 16, with four, one-year option periods. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this 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. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). 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. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date., GSA Contract Number with expiration date and MAS (if applicable), and specifications/drawings regarding item(s). 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: FA2521-15-Q-B029, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 29 JUL 15, 3:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B029/listing.html)
- Place of Performance
- Address: 45 SFS, Firing Range, Building 9693, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03798119-W 20150717/150715235816-2155f15c02dca8ede899fb27872e5b71 (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 |