SOLICITATION NOTICE
53 -- Contractor Operated Civil Engineer Supply Store (COCESS) Synopsis
- Notice Date
- 4/13/2018
- Notice Type
- Presolicitation
- 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
- F3T3CE7346AW02
- Archive Date
- 5/15/2018
- Point of Contact
- Jessica Pochron, Phone: 9197221762, Timothy M. Fletcher, Phone: 9197221727
- E-Mail Address
-
jessica.pochron@us.af.mil, timothy.fletcher.3@us.af.mil
(jessica.pochron@us.af.mil, timothy.fletcher.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS OF CONTRACTOR OPERATED CIVIL ENGINEER SUPPLY STORE (COCESS) The 4th Contracting Squadron intends to issue a solicitation for a Contractor Operated Civil Engineer Store (COCESS) at Seymour Johnson Air Force Base, North Carolina. The anticipated solicitation number is FA480918R003. This is NOT a solicitation. Do not submit proposals or questions in response to this document. The solicitation will be issued electronically and will be available on Federal Business Opportunities (FBO), http://www.fbo.gov, on or about 1 May 2018. No telephone calls or written requests for the solicitation package will be accepted. All prospective offerors are responsible for visiting the web page frequently to obtain the solicitation and any amendments or other information pertaining to this solicitation. Prospective offerors must be registered on the System for Award Management (SAM) - formerly the Central Contractor Registration (CCR) - in order to be eligible for award. Representations and Certifications must also be updated via SAM. See https://www.sam.gov and https://www.acquisition.gov for registration information. The requirement establishes that the contractor shall acquire, issue, deliver, and store a variety of material, equipment, parts, tools, and supplies for construction, and facility maintenance and repair, and lawn and garden equipment repair for use by authorized government personnel. The contractor shall provide a simplified method for authorized personnel to purchase quality material, tools, and equipment used for work orders, construction, recurring maintenance and repair, lawn and garden equipment repair and self-help 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 for non-stocked items. The web-based/on-line ordering system shall be a fully automated ordering and purchasing system of the contractor's own choice and shall be capable of fully meeting and supporting all requirements of the statement of work including a "shopping cart" feature similar to commercial online shopping sites. The store shall stock high use/consumable items for immediate purchase. Store management and personnel shall provide quality customer service and training to customers on the use of hand tools and small power tools. This requirement shall be performed in Accordance With (IAW) the Statement of Work (SOW). All work performed by the contractor shall be performed in accordance with all applicable laws, regulations, standards, instructions, and commercial practices. The solicitation will be issued on an unrestricted basis with no set-aside for small business concerns. The North American Industry Classification System (NAICS) is 332510. The size standard for NAICS 332510 is 750 EMP. The Government intends to award a firm-fixed price, Indefinite Delivery/Indefinite Quantity contract to the lowest priced technically acceptable (LPTA) offeror with an acceptable past performance assessment in accordance with FAR 15.101-2. The anticipated period of performance includes one base period of twelve months from 1 November 2018 to 31 October 2019, and four subsequent 12-month option periods with a total possible performance period from 1 November 2019 through 31 October 2023, if all options are exercised.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T3CE7346AW02/listing.html)
- Place of Performance
- Address: Seymour Johnson, AFB, Goldsboro, North Carolina, 27531, United States
- Zip Code: 27531
- Zip Code: 27531
- Record
- SN04888928-W 20180415/180413230704-a048c28e20862a4ec6c38df6f16eaac8 (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 |