Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2020 SAM #6833
SOURCES SOUGHT

J -- John Deere Gator Maintenance

Notice Date
8/12/2020 5:46:06 AM
 
Notice Type
Sources Sought
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S1AB0085A001
 
Response Due
8/25/2020 11:00:00 AM
 
Archive Date
09/09/2020
 
Point of Contact
Cinthia Arias, Phone: 6612773356, Denina Solomon, Phone: 6612779659
 
E-Mail Address
cinthia.arias@us.af.mil, denina.solomon@us.af.mil
(cinthia.arias@us.af.mil, denina.solomon@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This announcement constitutes a Sources Sought Synopsis and Request for Information (RFI) to afford industry an opportunity to provide information regarding their capabilities for providing Annual maintenance to 18 John Deere Gators in support of the 412th Test Wing, Maintenance Flight (412 MXG/MXO) located at Edwards AFB, CA. This is not a Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U.S. Government to form a binding contract. Parties that respond will not be paid for the information submitted. The Air Force is hereby requesting capability statements and other information from interested sources. The 412 MXG/MXO has identified a requirement for Annual maintenance to 18 John Deere Gators (See the attached Statement of Work (SOW)). �GENERAL INFORMATION: The 412th Test Wing, Maintenance Flight, is in the process of determining the acquisition strategy for an ID/IQ Annual maintenance to 18 John Deere Gators. �The AFTC anticipates awarding a contract under NAICS code 811111 with a size standard of 1,250 employees. A Firm fixed price Contract will be awarded. �System for Award Management (Beta.SAM) registration is mandatory for this contract (see SAM website at Beta.Sam.gov). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition program. If sufficient responsible and capable sources are identified, a formal RFQ will be posted on FedBizOpps. Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, include highlights of experience on similar government or commercial contracts/agreements. In addition, please indicate business size (Large or Small), cage code/DUNS, provide a list of any contracts or other agreements similar in nature, the program/project name, contract number or other identifier, administering office/address, and the point of contact with the current telephone number. The AFTC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Submissions should be to the point and no more than 10 double spaced pages. Responses shall not be proprietary and will be unclassified. Interested firms are requested to submit the information no later than 25 August 2020. Small Business sources responding should state their business size status based on the NAICS referenced above and whether they are interested as a prime or subcontractor. Replies to this RFI should be sent via email to Cinthia Arias, Contract Specialist, AFTC/PZIOB at cinthia.arias@us.af.mil and Cc Denina L. Solomon, Contracting Officer, AFTC/PZIOB at denina.solomon@us.af.mil and Joshua P. Vasquez, Contract Contracting Officer, AFTC/PZIOB at joshua.vasquez@us.af.mil. ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bbfa0ce31a1c4365816e31391e9f8215/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN05755558-F 20200814/200812230150 (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.