Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2018 FBO #5972
SOURCES SOUGHT

68 -- E-36 Liquid Deicer and NAAC Runway Deicer

Notice Date
3/29/2018
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
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
FA8201-18-BPA
 
Archive Date
4/27/2018
 
Point of Contact
Steven J. Griffiths, Phone: 8017775083, Dawn A. Schmidt, Phone: 8017770947
 
E-Mail Address
steven.griffiths@us.af.mil, dawn.schmidt.1@us.af.mil
(steven.griffiths@us.af.mil, dawn.schmidt.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS: Solicitation Number: Notice Type: FA8201-18-BPA Sources Sought Agency/Office: Air Force Materiel Command Location: Hill AFB UT 75 th CES/CEOEM Title: E-36 Liquid Deicer and NAAC Runway Deicer Synopsis: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only. 2. PURPOSE: 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. 2.1. The proposed North American Industry Classification Systems (NAICS) Code is 325998 all other miscellaneous Chemical product and manufacturing which has a corresponding Size standard of 500 employees. The proposed Product Service Code (PSC) is 6850 miscellaneous chemical supplies. 2.2. 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. 2.3. Additionally, please provide any anticipated teaming arrangements, along with a description of similar efforts 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. 3. This is a SSS for market research purposes issued by the CES/CEOEM at Hill Air Force Base, UT. 4. This SSS is to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. There is no solicitation available at this time. Requests for a solicitation will not receive a response. 5. PROGRAM DETAILS: 5.1. RYOTECH NAAC SOLID RUNWAY DEICER used to expedite ice melting supporting flight line operations. Due to unpredictable snowfall and icing conditions the use of liquid deicer & NAAC will drastically increase. Flight line operations will be hindered due to icing on ramps, taxiways and runways if product is not secured. CRYOTECH is the only known source capable of satisfying the Government's requirements for the services required. The 75th CES liquid deicer storage tanks contain CRYOTECH E36/NAAC products and must not be mixed with substitute/unauthorized product, blended products may not have the same properties as either of the original fluids. 6. Period of Performance: Date of award to one (1) year BPA. 7. DISCLAIMER 7.1. This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS. All costs associated with responding to this SSS will be solely at the responding party's expense. 7.2. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. 7.3. The information received will be utilized by the Air Force in developing its acquisition strategy, Statement of Objectives, Statement of Work, Purchase Description, and Specification. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS. However, should proprietary information be submitted, it should be marked "PROPRIETARY," and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. 8. INSTRUCTIONS FOR RESPONSE: Interested parties are invited to submit a response, by email to the government POCs listed in para 10 below, not to exceed 10 one sided pages, to this sources sought in the form of a Statement of Capabilities (SOC) to the Government. The SOC needs to include demonstrated experience of the requirements above. Information submitted must be pertinent, specific, and cover the following areas: 8.1. Company Name and Cage Code 8.2. Is company foreign owned? 8.3 Email address and phone number of POC 8.4. Suggested NAICS 8.5. Business Size Classification for NAICS Code 722310 Food Service Contractors, and if any, as a sub-category (i.e., 8a, HUBZONE, SDVOSB) 8.6. Would you be a prime or a subcontractor 8.7. Explain teaming arraignment, if applicable. 8.8. Experience: Provide an outline of previous projects and/or specific work experience in relation to the above mentioned criteria. Include a brief description of demonstrated experience and familiarity of food service contracts. 9. RESPONSE SUSPENSE: Emailed responses to this announcement must be received no later than 6 Mar 2018, 4:00 pm MST, at dawn.schmidt.1@us.af.mil and jake.hartzog@us.af.mil 10. GOVERNMENT POC INFO: Questions concerning this announcement may be directed to AFMC AFSC OL:H/PZIOA, Contracting Officer Dawn Schmidt, at email dawn.schmidt.1@us.af.mil and Contract Specialist Steven Griffiths at email steven.griffiths@us.af.mi l.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-18-BPA/listing.html)
 
Place of Performance
Address: Hill AFB, United States
 
Record
SN04872043-W 20180331/180329231735-458a75c0c51f643cac1677fdc56d973b (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.