Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2024 SAM #8170
SOURCES SOUGHT

54 -- Airlift Mobility Ramp Kit

Notice Date
4/8/2024 11:17:39 AM
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
FA286024Q4010
 
Response Due
4/15/2024 1:30:00 PM
 
Archive Date
04/30/2024
 
Point of Contact
Sara Rulli, Phone: (240) 612-5646, Heather Roe, Phone: (240) 612-3975
 
E-Mail Address
sara.rulli.1@us.af.mil, heather.roe.1@us.af.mil
(sara.rulli.1@us.af.mil, heather.roe.1@us.af.mil)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Joint Base Andrews anticipates a requirement that is being considered under a small business set-aside program, but all business types are welcome to provide a response. The North American Industry Classification Systems (NAICS) Code proposed is�332311. The size standard is�750 employees. The purpose of this procurement is to acquire an Airlift Mobility Ramp Kit for the purpose of loading vehicles into either a C-17 or C-5 aircraft, as defined in the attached Salient Characteristics. Items in this product kit should meet all requirements in AFI 11-289, AFI 24-605, and Air Transportability Test Loading Agency (ATTLA) certification.�This requirement is requesting one product kit for purchase, to include all specified parts, and delivered to Joint Base Andrews, MD 20762 for a complete mobility ramp kit. Reponses to this Sources Sought request should reference ""Airlift Mobility Ramp Kit"" and shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable. 3. Size of business � Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs. 4. Capability statement displaying the contractor�s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought. Note:�The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. All responses to this notice are to be submitted by�04:30 PM Eastern Standard Time, on 15 April 2024.�Responses will be accepted via electronic means only to sara.rulli.1@us.af.mil and�heather.roe.1@us.af.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/452a389c0722451bb2192b72a637d2e7/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN07023641-F 20240410/240408230043 (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.