Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2018 FBO #5909
SOURCES SOUGHT

Z -- Airfield Lighting & Control Maintenance Services - Performance Work Statement (PWS) for the Sources Sought

Notice Date
1/25/2018
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA930118R0003ALCMS
 
Point of Contact
Steven A. Winner, Phone: 6612777707, Chris Richardson, Phone: 661-275-3248
 
E-Mail Address
steven.winner.1@us.af.mil, charles.richardson.16@us.af.mil
(steven.winner.1@us.af.mil, charles.richardson.16@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
EDWARDS AIR FORCE BASE SOURCES SOUGHT FOR THE AIRFIELD LIGHTING CONTROL MAINTENANCE SERVICES (ALCMS) The United States Air Force, AFTC/PZIOB, Edwards AFB, California is seeking capabilities statements of potential sources, including Small Business (SB), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small business concerns. This sources sought is for planning purposes only. The scope of this project involves providing all personnel, supervision, equipment, tools, materials, vehicles, and other items and services necessary to perform maintenance and repair of Airfield Lighting Control and Maintenance Services (ALCMS) at Edwards AFB, CA. See attached draft Performance Work Statement (PWS) for details. This is planned to be a 5 year effort. The NAICS Code assigned to this acquisition is 238210 (Electrical Contractors and Other Wiring Installation Contactors), with a Size Standard of $15M. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, SDVO, or HUBZone). All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must comply with the Limitations on Subcontracting, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14(c)(1). Please include the following in your Capability Package: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor, including Name and Address; (2) Your DUNS Number and/or CAGE Code; (3) Documentation of socio economic status, if applicable; (4) List of capabilities and/or experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project (limit to 5 single-sided pages); (5) If any subcontracts are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated; (6) If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture. Request responsed via email. E-mail steven.winner.1@us.af.mil. 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 assessment 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 business, or any particular small business program. Responses shall be limited to 10 pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA930118R0003ALCMS/listing.html)
 
Place of Performance
Address: AFTC/PZIOB, 5 South Wolfe Avenue, Bldg. 2800, Edwards Air Force Base, California, 93524, United States
Zip Code: 93524
 
Record
SN04799265-W 20180127/180125230955-aa53030fd6401fc3600ac2494397b3b4 (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.