Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
MODIFICATION

R -- Hazardous Contract Support

Notice Date
3/15/2005
 
Notice Type
Modification
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
 
ZIP Code
94535
 
Solicitation Number
FA4427-05-R-0007
 
Response Due
3/21/2005
 
Archive Date
4/5/2005
 
Point of Contact
Pam Fry, Contract Specialist, Phone 707-424-7738, Fax 707-424-0288, - Cora Armstrong, Chief, Base Support & Acquisition, Phone 707-424-7740, Fax 707-424-0288,
 
E-Mail Address
pamelia.fry@travis.af.mil, cora.armstrong@travis.af.mil
 
Description
The revised response date is 21 March 2005. This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS Code 541614 (Size Standard of 6,000,000.00) or NAICS Code 561210 (Size Standard 500 employees). Project Information: Contractor shall provide Hazardous Material Pharmacy Program (HPP) is to provide a single point of control and management, accountability and tracking of the distribution and use of all hazardous material brought on Travis AFB. A fully functional and proper configured HAZMART will, among other things, provide quicker response for mission essential materials and a reduction in the hazardous materials placed on the functional organizations. The functional categories of the HAZMART are control and management, regulated distribution, material reuse and recycling and reduction of hazardous waste. Response to this sources sought synopsis will be used by the government to make appropriate acquisition decisions. A draft copy of the Performance Work Statement (PWS) is attached for industry comments. Comments must be provided on date shown below. Request that comments, suggestions, questions and proposed revision to the Draft PWS are limited to four (4) pages. The draft PWS is provided for industry to suggest ways of improving the PWS. Some suggestions for improvements include methods or approaches to reduce contract costs; suggestions to improve performance requirements or other contractual requirements; identify requirements that represent significant technical or scheduling risks and/or tradeoffs. The intended contract shall provide the Government the option to extend the contract in one-year increments for a base and four option years. Responses to this notice should include company name, address, telephone number, point of contact, Cage Code, Tax identification number, size of business pursuant to North American Industrial Classification System (NAICS), comments on which code NAICS is more appropriate and respond to the following questions: (1) Is your business a large or small business? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "hub zone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) What are the standard industry terms and conditions, payment provision, and acceptance provisions? (8) What are the industry surveillance methods? (9) What are the cost drivers? (10) Bid schedule recommendation. (11) Which services can be provided for locally ? which can be provided offsite? (12) What are the factors use to evaluate service providers? (13) What kind of performance incentives are used? (14) Who owns and provided needed equipment and supplies? (15) What are the qualifications of persons providing the service? (16) What quality control standards are used in the industry? (17) Would a performance plan be appropriate for this requirement? (18) How are service segmented or packages commercially? (19) Would one-one discussions with potential offerors be a benefit to the government? After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the CBD. Responses to this sources sought synopsis are not adequate response to the solicitation announcement. All interested offerors will have to respond to the solicitation in additional to responding to this sources sought synopsis. This is not a request for proposals and in no way obligate the Government to award any contract. Responses to this sources sought notice shall be mailed to 60 CONS/LGCB, Pamelia Fry, 350 Hangar Ave., Bldg 549, Travis AFB, CA 94535-2632 or email to pamelia.fry@travis.af.mil. Telephone responses will not be accepted. Responses must be received no later than 4:00 p.m. on 15 Mar 2005. Firms responding to this announcement which fail to provide all of the required information may not be used to help the Government make the acquisition decisions which is the intent of this synopsis. This notice is to help the Travis AFB in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis is NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.
 
Place of Performance
Address: TRAVIS AFB
Zip Code: 94535-2632
Country: USA
 
Record
SN00769135-W 20050317/050315212502 (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.