Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2020 SAM #6623
SOURCES SOUGHT

J -- Baler Preventive Maintenance

Notice Date
1/15/2020 12:36:27 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433 USA
 
ZIP Code
45433
 
Solicitation Number
FA8601-BALER-SS
 
Response Due
2/3/2020 9:00:00 AM
 
Archive Date
02/18/2020
 
Point of Contact
Kelli M Locker, Phone: 9375223393, Mellisa Flanagan, Phone: 9375224525
 
E-Mail Address
kelli.locker@us.af.mil, mellisa.flanagan@us.af.mil
(kelli.locker@us.af.mil, mellisa.flanagan@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-BALER-SS The United States Air Force, AFLCMC/PZIBB�Base Support Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing Baler Prevenitive Maintenance�as outlined�in the attached DRAFT Performance Work Statement (PWS). Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance. Additionally, the Government is seeking vendor questions related to the draft requirement as it is currently written, as well as feedback about the ability to perform, any forseeable hardware or software issues, or other potential impediments to the successful execution of the requirement. All interested firms shall submit a response demonstrating their capability to provide these items to the Primary and Alternate Points of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 811310�(Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a size standard of $8M. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO,� or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.�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 perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.� 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 businesses, or any particular small business program. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.�� The response must not exceed 15 pages.� Responses and questions may be submitted electronically to the following e-mail addresses: kelli.locker@us.af.mil and mellisa.flanagan@us.af.mil. All correspondence sent via email shall contain a subject line that reads ""FA8601-BALER-SS"" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NOT LATER THAN 3 FEBRUARY�2020�BY 12:00 PM (NOON) EST.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5271991b908a450399b4632c00fa50f3/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433-5344, USA
Zip Code: 45433-5344
Country: USA
 
Record
SN05536130-F 20200117/200115230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.