SOURCES SOUGHT
34 -- HEALD/RED HEAD GRINDING QUILLS REBUILD - Performance Work Statement
- Notice Date
- 2/22/2016
- 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 Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8224-16-R-0029
- Archive Date
- 3/22/2016
- Point of Contact
- Tyler V Fitz, Phone: 8017775486, Cameron Korth, Phone: 8017755306
- E-Mail Address
-
tyler.fitz@us.af.mil, cameron.korth@us.af.mil
(tyler.fitz@us.af.mil, cameron.korth@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PERFORMANCE-BASED WORK STATEMENT (PWS) FOR MAINTENANCE SERVICES HEALD/RED HEAD GRINDING QUILLS REBUILD HEALD/RED HEAD GRINDING QUILLS REBUILD SOURCES SOUGHT SYNOPSIS: Solicitation Number: Notice Type: FA8224-16-R-0029 Sources Sought Synopsis: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposal nor will any award be made as a result of this Sources Sought Synopsis. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought Synopsis. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government Review. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811310 which has a corresponding Size standard in millions of dollars $7.5. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. 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. 2. Program Details: The contractor shall rebuild Heald/Red Head Grinding Quills in accordance with attached performance work statement (PWS). Technical Questions: 1) Do you have at least three (3) years of experience rebuilding quills that range in size from 3" dia. X 42" to at least 6" dia. X 74", within the last five (5) years and provide examples. 3) Do you have the capability to meet the response times stated in the PWS. 4) Have you had any experience with respect to training others to trouble shoot this equipment? Acquisition Strategy Questions: 1) We intend on using a firm fixed price pricing-arrangement. Do you have any rationale for alternate pricing arrangements? 2) Identify (with rationale) if the Service Contracting Act would (or would not) be applicable based on the "service employee" Part 541 of Title 29, Code of Federal regulations. If you identify that the Services Contracting Act would not be applicable, provide rationale to support that enough of the employees are expected to be "professional employees" instead of "service employees" (as defined by the Services Contracting Act and part 541 of tile 29, Code of Federal Regulations) for the Services Contracting Act to not be applicable. 3) List name of contract, contract number, DCMA, and Administrative Contracting Officer for similar services that your company has provided to the Government and/or commercial industry. Responses must be submitted by 12:00 pm MDT on May 15, 2015, to the individual who this posting identified as the buyer (Tyler Fitz). This buyer is the primary point of contact for this sources sought synopsis, and the Procuring Contracting Officer/PCO (as identified in this posting) is the alternate point of contact. Email responses may be submitted in PDF or Microsoft Word Format. Questions will be accepted electronically directly from the buyer. The Government will post responses to industry questions within the Federal Business Opportunities (FBO) website. When responding please include: 1. Company Name and Cage code 2. Who is your POC please provide email address and phone number. 3. Suggested NAICS Code 4. Business Size Classification for NAICS and qualifications if any as any sub-category. (i.e. 8(a), HUBZone, SDVOSB, etc.) 5. Would you be a prime or subcontractor or plan on any partnering agreements?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-16-R-0029/listing.html)
- Place of Performance
- Address: Hill Air Force Base, Clearfield, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN04027478-W 20160224/160222235117-fd52f675b040944826838349a6d0c0a5 (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 |