SOURCES SOUGHT
61 -- Wheeler Air Station Air Field Generators
- Notice Date
- 2/10/2020 1:13:40 PM
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- FA5215 766 SCONS PKP JBPHH HI 96860 USA
- ZIP Code
- 96860
- Solicitation Number
- FA521520Q8008
- Response Due
- 2/20/2020 6:00:00 PM
- Archive Date
- 03/06/2020
- Point of Contact
- Philip Johnson, Phone: 8084714343, LeTray T. Womble, Phone: 8084714333
- E-Mail Address
-
philip.johnson.24@us.af.mil, letray.womble@us.af.mil
(philip.johnson.24@us.af.mil, letray.womble@us.af.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY THIS IS NOT A REQUEST FOR PROPOSAL Requirement Title: Wheeler Air Station Air Field Generators The 766th SCONS at Joint Base Pearl Harbor-Hickam, Hawaii, is seeking potential sources for Wheeler Air Station Air Field Generators requirement. �The Contractor shall provide all management, tools, equipment, transportation, supervision and labor necessary to remove and replace (2) 450kW Generators and associated hardware at Wheeler Army Airfield, Oahu, HI. The Contractor shall perform all work in accordance with this Statement of Work (SOW). The Contractor shall coordinate all work with the Contracting Officer and is subject to the work schedule as stated in this document. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), or invitation for bid (IFB) or as an obligation or commitment on the part of the Government to acquire any product or service. �There shall be no basis for claims against the Government as a result of information submitted in response to this sources sought announcement. �The Government does not intend to award a contract on the basis of this announcement or otherwise pay for any information submitted by respondents to this request. �This notice is for planning and market research purposes only. �Any resulting solicitation will be posted in the System for Award Management (SAM) (https://beta.sam.gov). Potential Offerors must be registered in the SAM (https://beta.sam.gov) in order to conduct business with the Federal Government. �The registration process is free, but does take time and effort on behalf of a firm to complete. �Interested parties are encouraged to start the registration process early so the firm can be considered for award. �Registration instructions are attached to this posting. The contract type will be Firm-Fixed Price. �Any resulting solicitation may be posted on/about 10 February 2020.� The contract may start on/about 1 April 2020. The North American Industry Classification System (NAICS) Code 335312, Motor and Generator Manufacturing Contractors, and the size standard is 1,250 Employees. Interested organizations may submit their capabilities, and qualifications to perform the effort in writing to the identified point of contact not later than 4:00 PM HST on 20 February, 2020. �Such capabilities and qualifications will be evaluated solely for the purpose of determining if this procurement can be set-aside as small business procurement. �A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. �Oral communications ARE NOT acceptable in response to this notice. �� Interested sources shall provide the following information: 1. �A detailed capabilities statement with their capabilities in providing the same or similar services described in this notice. �Please limit your capabilities listing to no more than five (5) pages. 2. �A point of contact with phone and e-mail information. 3.� DUNS & CAGE Code. 4. �Business Socio-Economic Factors, such as: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Women-Owned Small Business, Small Business, etc. 5. �Business size based on (NAICS) Code 335312, Motor and Generator Manufacturing Contractors, and the size standard is 1,250 Employees 6. �A positive statement of interest to submit a proposal or quotation. NOTE: �If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This request for information is not a solicitation and the Government will not pay for any information submitted, or for any costs associated with providing the information. �All interested prime contractors capable of performing this requirement are highly encouraged to submit a capability package to: philip.johnson.24@us.af.mil. �If you have any questions, please submit them to philip.johnson.24@us.af.mil. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/845ca8f136e3417f949a5c8810ba07ff/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Record
- SN05556217-F 20200212/200210230151 (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 |