SOURCES SOUGHT
L -- Construction Surveillance Monitoring Services - RFI
- Notice Date
- 8/21/2017
- Notice Type
- Sources Sought
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- Department of the Air Force, US Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270, United States
- ZIP Code
- 09461-0270
- Solicitation Number
- FA558717R0017
- Archive Date
- 9/23/2017
- Point of Contact
- Claire Hammond, Phone: 011441638522407, Octavio M. Valverde, Phone: 3142262217
- E-Mail Address
-
claire.hammond@lakenheath.af.mil, octavio.valverde@us.af.mil
(claire.hammond@lakenheath.af.mil, octavio.valverde@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI REQUEST FOR INFORMATION RFI- F2PGRS6341A001 48th CONTRACTING SQUADRON (USAFE) Issue Date: August 21, 2017 Response Due Date: September 08, 2017 NAICS Code: 541350 - Building Inspection Services Subject: Request for Information (RFI) - Construction Surveillance Monitoring Services Description: The 48th Contracting Squadron (48 CONS (USAFE)) at Royal Air Force Lakenheath, United Kingdom, seeks feedback from companies/entities capable of providing Construction Security Monitoring Services. Background: The 48th Advanced Programs Office (48 FW/CVN) at RAF Lakenheath has identified a potential need for Construction Surveillance Monitoring Services. The Contractor would be required to provide monitoring services throughout the construction of secure work areas. The scope would also include, but is not limited to, construction surveillance, construction security monitoring, demobilization and closeout, as well as, subject matter expertise on construction and technical surveillance. Anticipated contract performance is one (1) base year with four (4) option years. General Information: THIS ANNOUNCEMENT IS NOT A SOLICITATION AND IS BEING USED FOR THE PURPOSE OF MARKET ANALYSIS ONLY. This notice is being published in accordance with Federal Acquisition Regulations (FAR) Part 5.101 requiring dissemination of information for proposed contract actions and FAR 10.001(a)(2)(ii) which requires conducting market research before soliciting offers for acquisitions with an estimated value in excess of the simplified acquisition threshold. The Government is seeking industry's input to determine the availability of qualified sources with the technical capability to fulfill the Construction Surveillance Monitoring Services requirement described above. No contract awards will be made from this notice and no solicitation is available on FBO or any other bulletin board, posting room, or clearinghouse at this time. In order to develop a sound acquisition strategy, early industry participation is highly encouraged; however, participation in this effort is strictly voluntary. All costs associated with responding to this RFI will be solely at the interested party's expense. The Government will not reimburse costs and will not be liable for any costs associated with responses to this RFI. Respondents will not be notified of the responses to this notice. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. All RFI responses will be used in whole or in part for determining the most effective acquisition strategy for future Construction Surveillance Monitoring Services acquisitions or similar requirements. Requested information will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Response Guidelines: All responses to this RFI must be provided as an attachment in an e-mail message addressed to the Point of Contacts (POC), below with the subject line "Response to RFI" no later than September 08, 2017. Only electronic responses will be accepted. Responses submitted by any other means will not be considered. Requested Information: The following is requested from interested companies; •1. Please indicate if your company is willing/able to provide Construction Security Monitoring Services or if there are any reasons that prevent your company from providing a quote/proposal should a formal solicitation be issued. •2. Please provide brochures/descriptive literature commonly provided to the general public if possible. •3. Based upon the above description and delivery information, are there any aspects that are unclear and/or do not allow a clear understanding of the US Government's requirements? •4. Based upon the above description and delivery information, are there commercial industry practices that appear to differ greatly than what is being requested by the US Government under the anticipated, forthcoming solicitation/tender? •5. Please provide information on your companies process for hiring and providing appropriately cleared personnel Please submit a written response via scan/email-attachment on company letter head to points of contract listed below. Points Of Contacts: Primary POC: Ms. Claire Hammond, Contract Specialist Phone: 00 44 (0) 1638 522407 Email: claire.hammond.gb@us.af.mil Secondary POC: TSgt Octavio Valverde, Contract Specialist Email: octavio.valverde@us.af.mil Contracting Office Address: 48 CONS/LGCA - Lakenheath, Building 977 Boston Drive RAF Lakenheath, Brandon, Suffolk IP27 9PN Brandon, Suffolk IP27 9PN
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/837b49f30e15263de43fdf8bdd4b50bb)
- Place of Performance
- Address: RAF Lakenheath, RAF Lakenheath, United Kingdom
- Record
- SN04639647-W 20170823/170821232724-837b49f30e15263de43fdf8bdd4b50bb (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 |