SOURCES SOUGHT
J -- Pipe Repair Bldg 70 Navy Pond
- Notice Date
- 12/22/2020 5:50:22 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- TEMP-7211271
- Response Due
- 1/4/2021 10:00:00 AM
- Archive Date
- 01/19/2021
- Point of Contact
- Kristina B. Brannon
- E-Mail Address
-
kristina.brannon.1@us.af.mil
(kristina.brannon.1@us.af.mil)
- Description
- The Department of Defense, United States Air Force (USAF), Air Force Technical Center (AFTC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing pipe repair services. All interested vendors shall submit a response demonstrating their capability to provide the service to the contacts listed below.� Proposals are not being requested or accepted at this time.� As stipulated in FAR 15.201(e), 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 at this time; 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 238220 - Plumbing, Heating, and Air-Conditioning Contractors, with a size standard of $16.5M. The contract would be a Firm Fixed-Price purchase order utilizing simplified acquisition and commercial procedures. In accordance with DoD 222.402-70(d)(1) the repair work is estimated to take longer than 32 labor hours therefore this contract will be subject to the Construction Wage Rate Requirements, formerly know as the Davis-Bacon Act. The Contractor shall be required to furnish all materials, equipment, and personnel necessary to accomplish the project in accordance with the Statement of Work dated 10 December 2020. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).� 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.� Any information submitted by respondents to this sources sought 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 business, or any particular small business program.� CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.� The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.� Capability Statements/responses should include the following: (1) name, cage code, address, phone, fax, e-mail and website if applicable. The solicitation package and any amendments will only be available electronically to betaSAM. No paper copies of the solicitation will be mailed. Once the solicitation is posted, it is the responsibility of the interested parties to review the website for updates/amendments. The closing date for submission of offers will be contained within the solicitation package. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Responses shall be submitted electronically to the following e-mail address: kristina.brannon.1@us.af.mil. 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 NO LATER THAN 12:00 P.M. (CST) 04 January 2021.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3525a663050041e4b992e7228dda3934/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN05880007-F 20201224/201223061200 (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 |