Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2022 SAM #7587
MODIFICATION

J -- Power Conditioning and Continuation Interfacing Equipment Maintenance RFI

Notice Date
9/6/2022 12:06:10 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA8217 AFLCMC HBZK HILL AFB UT 84056-5838 USA
 
ZIP Code
84056-5838
 
Solicitation Number
FA821723R5000
 
Response Due
10/6/2022 2:00:00 PM
 
Point of Contact
Betty Tobias, Phone: 801-777-6171, Chandell Noorlander, Phone: 8015868042
 
E-Mail Address
betty.tobias@us.af.mil, chandell.noorlander@us.af.mil
(betty.tobias@us.af.mil, chandell.noorlander@us.af.mil)
 
Description
NOTICE INFORMATION Agency /Office: Air Force Materiel Command Location: AFLCMC/HBZBD-Hill AFB, UT Title: Power Conditioning and Continuation Interfacing Equipment (PCCIE) Maintenance Description(s): NOTICE: This is not a solicitation, but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.� This notice DOES NOT commit the U.S. government to provide compensation for information requested nor does it commit the U.S. government to issue a solicitation and/or award a contract.� This notice does not provide any direction nor does it change any contractual obligations to sources currently under contract with the U.S. government. All responses will not be distributed to other interested parties. � Program Details: The PCCIE office supports maintenance activities on U.S. Air Force Uninterruptible Power Supply (UPS) Systems worldwide.� This support includes, but is not limited to emergency and preventative maintenance on rotary and static UPS systems, paralleling gear, switchgear, flywheels, batteries, remote monitoring equipment, battery monitoring equipment, Electromagnetic Interference (EMI) filters, Power Distribution Unit(s) (PDU) and other ancillary equipment.� The UPS systems may be single or three phase, in single or multi-module UPS systems configurations and are manufactured by various manufacturers. The government�s UPS systems support and protect sensitive electronic mission critical equipment. The contractor must abide by and comply with all current applicable international, state and local codes, regulations, standards, procedures, policies, publications, safety regulations/standards and manuals. Introduction: The purpose of this Sources Sought is to conduct market research and post the Draft RFP with the accompanying documents to solicite feedback from all interested parties.� The proposed North American Industry Classification Systems (NAICS) Code is 811310, which has a corresponding size standard of $11 million.� The government is interested in all small businesses to include 8(a), Service-Disabled Veteran Owned, Hubzone, and Women-Owned small business concerns.� The government requests that all interested parties respond to this notice, if applicable, and identify your small business status to the identified NAICS code.� Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the government and to commercial customers for the past three years.� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. This Sources Sought is part of the acquisition market research analysis and will be used to determine the basis for any competitive aspects of the acquisition. Instructions to Interested Sources: This Sources Sought synopsis is an invitation to review the Draft RFP along with the PCCIE Draft PWS, PCCIE II TEP Matrix, and PCCIE Section L and Section M, to provide any comments. �All interested sources should submit a response to the U.S. government contracting primary point of contact listed below. �Please include a statement of interest with any feedback to the proposed RFP. �Please limit the statement of interest to seven to ten pages with a font size of 12. �Any information provided to the U.S. government in response to this synopsis is for planning purposes only and will not be used as a selection consideration factor in this or any other U.S. government contract competition. �Should the U.S. government elect to pursue the subject requirement, an official Request for Proposal (RFP) will be released at a later date, and will be announced via a pre-solicitation notice posted at least seven (7) days prior to RFP release. �Please direct all questions related to this synopsis to the U.S. government primary point of contact at betty.tobias.1@us.af.mil.jesica.hunt@us.af.mil All potential sources must describe their approach, experience, and capability regarding the following items in an unclassified response: Company Information: Name: Cage Code: POC: Telephone #: Fax #: POC Email: Company Web Site: In order to be determined capable, interested offerors must demonstrate the ability to provide all maintenance services identified to include CONUS, OCONUS, and remote locations. �Please submit all supporting documentation to specifically address the ability to provide the required services to the Government Point of Contact at betty.tobias.1@us.af.mil by no later than 3:30 PM �MST 06 October 2022. Point of Contact:���������������������������������������� Alternate Point of Contact: Ms. Betty Tobias��������������������������� ������������� Chandell Noorlander Phone:� 801-777-6171�� �������������������������������Phone:� 801-586-8042 betty.tobias.1@us.af.mil��������������� ������������ �chandell.noorlander@us.af.mil Contacting Office Address: ������� ������������������� AFLCMC/PZZKA 6039 Wardleigh Rd., Bldg 1206 Hill AFB, Utah 84056
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3d894e139af74d4a9f17e1c02f342bd2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06453153-F 20220908/220906230111 (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.