Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2003 FBO #0705
MODIFICATION

35 -- Contractor Logistic Support

Notice Date
10/31/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004
 
ZIP Code
29152-5004
 
Solicitation Number
F38601-03-RA002
 
Response Due
11/14/2003
 
Point of Contact
Steve Hamlett, Contract Specialist, Phone Comm 803-895-6840 DSN 965, Fax Comm 803-895-6019 DSN 965, - Randy May, Contracting Officer , Phone 803-895-6828, Fax 803-895-6019,
 
E-Mail Address
hamlett.robert@shaw.af.mil, randall.may@shaw.af.mil
 
Description
This modification to the previously posted Sources Sought Synopsis is a REQUEST FOR INFORMATION (RFI) for INDUSTRY COMMENTS. We are asking for interested offerors to review the attached Statement of Work (SOW), dated 8 Oct 03, for any technical input from the industry subject matter experts as to the performance requirements description in the SOW. Any response received will be at no cost to the Government. There is no solicitation available at this time. Requests for a solicitation will not receive a response. This RFI is in support of a market survey being conducted by the Air Force to determine potential sources technically capable and qualified to furnish non-personal services that include personnel, supervision, management, transportation materials (except where such materials are furnished by the Government) necessary to manage and operate a centralized Contractor Logistics Site (CLS). The Continental United States (CONUS) located (East Coast Preferable) depot will provide services in support of commercial-off-the-shelf electronic force protection equipment that deter, detect and assess Force Protection (FP) situations at Air Force Bases in the Southwest Asia (SWA) region, such as repairing, performing preventive maintenance inspections, database accountability, and shipping & handling for technical equipment including, but not limited to: -Hand Held Thermal Imagers (Palm IR 250) -Under Vehicle Surveillance System (UVSS) -ION SCAN -ION TRACK Itemiser -Mid-Range Thermal Imager -Short-Range Thermal Imager -Closed Circuit TV Other services required and support requirements are: -Depot facility centralization -Telephonic support during SWA normal duty hours -Database development and maintenance -Equipment receipt -System hardware testing -Controlled storage -System/component accountability -Packing and shipping -Web site development and maintenance The specific performance requirements are listed in the attached draft SOW, dated 8 Oct 03, which will be finalized after responses to this RFI are received from interested parties. The information and capabilities submitted by interested vendors will be used to prepare a prospective offeror?s list and design an acquisition strategy to include socioeconomic program support. Include any suggestions on what your firm would consider standard commercial practices that may improve upon the performance requirements listed in the draft SOW. This announcement will help interested offerors make a more informed decision of their probability of success and determine whether or not they should proceed with a full proposal effort. Any information submitted by respondents to this RFI is strictly voluntary. The government will not pay for any information that is submitted by respondents to this RFI request. The government requests interested offerors submit a statement of their qualifications with respect to the key features discussed above and in the attached draft SOW. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. The Government will in no way be obligated to purchase all or part of the items described above, and is providing this information as ?general? information only. The Government will in no way be bound to this information if any solicitation is issued. Once the government determines the type of contractor eligibility that will be solicited for this requirement, a solicitation will be presented to qualified offerors requesting a complete proposal be submitted for evaluation based on the best value process. The subsequent proposal will need to include evidence of the offeror?s capability to comply with all areas and requirements included in the attached SOW. Attached to this RFI, is the draft SOW that describes the performance particulars that will be required by the contractor receiving the award. The participation of 8(a), Hub Zone, Veteran Owned, Woman Owned, and Disadvantaged Small Businesses is highly encouraged if technically capable. Any responses to this notice expressing interest in being considered for competition for the proposed service contract, should include the following: Company Name, Point of Contract, Address, Telephone and FAX numbers, E-mail address, Brief Description of Company/Capabilities, Past Performance and Experience in the relevant field, Business Size, DUNS number, Cage Code, and Tax ID Number. Notice to Potential Offerors: All offerors who provide goods or services to the Department of Defense (DOD) must be registered in Central Contractor Registration (CCR). All interested offerors should submit information by mail or fax (803-895-6019) to: 20 CONS/LGCAA, Attn: Steve Hamlett, 305 Blue Jay Street, Shaw AFB SC 29152, within the time indicated in this announcement.
 
Place of Performance
Address: Contractor selected location in the United States, preferably on the East Coast, near military transportation ports.
Country: USA
 
Record
SN00462962-W 20031102/031031213310 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.