SOURCES SOUGHT
34 -- COCESS Seymour Johnson AFB - Sources Sought
- Notice Date
- 12/27/2017
- Notice Type
- Sources Sought
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1570 Wright Brothers Ave, Bldg 2903, Seymour Johnson AFB, North Carolina, 27531, United States
- ZIP Code
- 27531
- Solicitation Number
- COCESS-SJAFB
- Archive Date
- 1/26/2018
- Point of Contact
- Kevin M. Love, Phone: 9197227145, Ezekiel C. Galyon, Phone: 9197221732
- E-Mail Address
-
kevin.love.5@us.af.mil, ezekiel.galyon@us.af.mil
(kevin.love.5@us.af.mil, ezekiel.galyon@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 - Sources Sought This is a SOURCES SOUGHT SYNOPSIS. This is for a market survey only; therefore, do not request a copy of the solicitation. No proposals are being requested or accepted with this synopsis and no contract shall be awarded from this synopsis. The U.S. Air Force, Seymour Johnson Air Force Base (SJAFB) is seeking to identify potential sources, market capabilities and market conditions for the acquisition of a Contractor Operated Civil Engineer Supply Store (COCESS) contract located at SJAFB. Interested and capable commercial sources are being sought to determine the level of interest to perform the required services. The contractor shall provide everything necessary to ensure that the COCESS is operated in a manner that will provide a simplified method for authorized personnel to purchase quality commercial material, tools, and equipment used for work orders, construction, recurring maintenance and repair, and U-FIX-IT type work. The store shall be located on the installation and provide easy access for authorized individuals and contain a wide variety of commercial and industrial products (i.e., items found in commercial stores like Lowes, Home Depot or other local lumber and hardware stores). The store shall provide a customer service center with access to a user friendly, state of the art ordering and purchasing system. The store shall stock high use/consumable items for immediate purchase. Store management and personnel shall provide quality customer service. All work performed by the contractor shall be in accordance with all applicable laws, regulations, standards, instructions, and commercial practices. This is not a request for proposal, but a solicitation is expected to be issued at a later date. It is anticipated the contract will be a Firm-Fixed Priced contract with a one (1) year base period and include include four (4) one (1)-year option periods. If a solicitation is released, it will be posted electronically to FedBizOpps on https://www.fbo.gov/. The North American Industry Classification System (NAICS) is 332510- Hardware Manufacturing with a Small Business size standard of 750 employees. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of members of both the Small Business Community and the open market to compete for and execute a Firm-Fixed Price contract to provide the requirements of the COCESS SOW. 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 capable and identify your small business status to the identified NAICS code. All submissions received will be reviewed solely for the purposes of market research. Information submitted by respondents is strictly voluntary. The Government must determine and ensure there is adequate competition among the potential pool of interested, capable commercial companies. All Government personnel reviewing this information understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. Respondents must include the following information within their statement of capability packages. Capability packages shall not exceed 8 single-sided pages in length: a. Company Information: Your company's name, address, point of contact with email address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. Please limit your relevant past performance to the past three years and include the Contract Number(s) or Customer/Company Name. c. Capability package responses shall be sent via email to both shannon.hochmuth@us.af.mil AND kevin.love.5@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. Paper copies of this announcement will not be accepted. Negative responses are not required. Capable and interested sources must respond to this Sources Sought no later than 3:00 p.m. EST on 11 Jan 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/COCESS-SJAFB/listing.html)
- Place of Performance
- Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
- Zip Code: 27531
- Zip Code: 27531
- Record
- SN04776789-W 20171229/171227230746-f7fafab7d22395bfe56fc72816ec79d3 (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 |