Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
DOCUMENT

J -- Corrosion Control & Painting of Large Vehicles - SoW (Draft)

Notice Date
11/14/2008
 
Notice Type
SoW (Draft)
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA461009R0005
 
Archive Date
12/26/2008
 
Point of Contact
Dennis A Chan, Phone: (805) 606-4469, Jeffrey E Powell,, Phone: (805) 605-0490
 
E-Mail Address
dennis.chan@vandenberg.af.mil, jeffrey.powell@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought Notice only. No solicitation will be issued at this time. This proposed contract is being considered as a set-aside under a small business set-aside program. This synopsis is issued for the sole purpose of the 30th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified sources capable of providing all management, tools, telephone service and labor to provide corrosion control and painting of large vehicles assigned to Vandenberg AFB, CA. It is anticipated that the contract performance will include a base period of one-year (1 Oct 2009 - 30 Sep 2010) and four one-year option periods (extending through 30 Sep 2014) exercised at the unilateral right of the Government. The purpose of this sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Hub Zone, 8[a], small, small disadvantaged, large, etc) relative to North American Industry Classification System (NAICS) code 811121 and annual revenue of $7M. The government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. Interested firms are requested to submit interest and capability statements (maximum of three pages, not including the cover page) in writing NLT 11 December 2008. The interest and capability statements should include a brief description of the interested firm’s business size (i.e. annual revenue and employee size), business status (Hub Zone, 8(a), disadvantaged, woman-owned, veteran owned, service disabled veteran owned, etc.), and anticipated teaming arragements. The capability statements should show evidence of relevant experience in the services described above and in the draft PWS posted with this notice and should include, at a minimum, the following information: brief description of any relevant contracts (commercial or government), contract numbers, contract dollar values, dates of performance, number and type of personnel involved, and the name of the government program manager. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government’s consideration (please limit to three pages) are requested to be submitted in writing NLT 11 December 2008. This acquisition will be set aside for small business if enough small business firms can demonstrate qualifications to perform the required services and such firms express an interest in proposing; otherwise, this acquisition may be solicited under full and open competition. Additional information, as it becomes available, will be posted for viewing on FedBizOpps at http://www.fedbizopps.gov/. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future synopses or release of the solicitation. Submissions to this notice may be mailed to Dennis Chan or Jeffrey E. Powell, 30 CONS/LGCB, 1515 Iceland Ave, Bldg 8500, Rm. 150, Vandenberg AFB, CA 93437-5212, or sent via email to dennis.chan@vandenberg.af.mil and jeffrey.powell@vandenberg.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e0f424e16f16fce6cadd0691434b9b7&tab=core&_cview=1)
 
Document(s)
SoW (Draft)
 
File Name: Statement of Work (Draft) (SoW.doc)
Link: https://www.fbo.gov//utils/view?id=67da7065f9aabd4fa09d77e3f98185fc
Bytes: 92.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Performance will be at contractor's chosing. No performance will be on VAFB other than transportation of vehicles, California, United States
 
Record
SN01705069-W 20081116/081114220104-5e0f424e16f16fce6cadd0691434b9b7 (fbodaily.com)
 
Source
FedBizOpps 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.