Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2004 FBO #0774
SOURCES SOUGHT

99 -- Base Expeditionary Airfield Resources (BEAR) 550 Kits Support

Notice Date
1/8/2004
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
Reference-Number-BEAR550K2004
 
Response Due
1/26/2004
 
Archive Date
9/30/2004
 
Point of Contact
Barbara D. Odom, Contracting Officer, Phone (618)256-9959, Fax (618)256-3091, - Barbara D. Odom, Contracting Officer, Phone (618)256-9959, Fax (618)256-3091,
 
E-Mail Address
Barbara.Odom@scott.af.mil, Barbara.Odom@scott.af.mil
 
Description
This synopsis is issued for informational and planning purposes only. The Air Force is conducting market research and desires input from industry to help in requirements planning. The information requested by this synopsis will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Please note that the Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. The Air Force is researching the feasibility of acquiring services from a contractor to provide War Reserve Materiel (WRM) Support at two Air Mobility Command locations within the continental United States, one location on the East Coast and one location on the West Coat. Two Basic Expeditionary Airfield Resources (BEAR) 550 kits will be supported at each base. The contractor shall be responsible for asset receipt, accountability, serviceability, storage, security, periodic inspection and test, maintenance, repair, out-load and reconstitution of WRM in accordance with the draft Statement of Work (SOW). All items will be Government Furnished Property (GFP). There are no deployment requirements. Should a future acquisition evolve from this requirements planning, it is anticipated that the period of performance will be a basic year plus four one-year option periods. The NAICS is 561210. Interested contractors should submit the following information: I. Company information (to include business size) ? Limited to no more than 2 pages II. Information demonstrating company?s technical ability to meet the requirements of the draft SOW ? Limited to no more than 5 pages III. Rough estimate of costs broken down per year (Estimated in 2004 dollars) IV. Comments on the draft SOW. V. Comments on contract type most suitable for the SOW requirements. (NOTE: The Air Force desires a Firm Fixed Price contract type but solicits industry comments on the most suitable contract type(s). VI. Any suggestions for a Contract Line Item Number (CLIN) structure for this draft SOW. The draft SOW will be available as an attachment in the second posting to this Sources Sought Synopsis. Interested contractors should continue to check the FBO website at http://www.fedbizopps.gov/ for additional information. Information should be submitted by 26 Jan 04 via E-mail to Barbara.Odom@scott.af.mil with a copy furnished to Susan.Madison@scott.af.mil. Please refer any questions via e-mail to Barbara.Odom@scott.af.mil, phone 618-256-9959 with a copy furnished to Susan.Madison@scott.af.mil, phone 618-256-9965.
 
Record
SN00500661-W 20040110/040108212144 (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.