Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2008 FBO #2557
DOCUMENT

J -- Non-personal services to maintain-repair miscellaneous facility equipment having an estimated firm fixed price of less than $40K - PWS to Maintain10 Teledyne Opacity Monitors for 12 months

Notice Date
11/24/2008
 
Notice Type
PWS to Maintain10 Teledyne Opacity Monitors for 12 months
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
F4F0AH8217A001
 
Point of Contact
William G. Callaway,, Phone: (937) 522-4539
 
E-Mail Address
william.callaway2@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
1. Total Project Requirement: This is an unrestricted Public Notice (Sources Sought Synopsis) requests interested large and small businesses to indentify company capability and budgetary price estimates in accordance with Government project requirements. This project requires continuous calibration, maintenance and repair of miscellaneous facility equipment for 365 days for an initial base year and four option years. The total requirement (expected life of the contract) has an cummulative firm fixed price (value) of more than $100,000. This pre-solicitation synopsis identifies non-inherently Governmental services prescribed by NAICS CODE 811219 - Other Electronic and Precision Equipment Repair and maintenance. Not later than December 5, 2008 interested large and small business firms should respond in accordance with this synopsis and Performance Work Statement regarding calibration, maintenance, and repair of 10 Continuous Emission Monitors (CEMS) at two work sites of the 88th Air Base Wing Environmental Management Office, Wright-Patterson AFB, OH 45433 (WPAFB). Delivery Schedule Line items 0001 to 0015: Award base year plus four option years 0001, Quarterly Calibrate/Repair/Maintain 10 CEMS (4 CEMS for Building 770 and 6 CEMS for Building 1240) at Wright-Patterson Air Force Base OH 0002, AS REQUIRED Emergency Calls for Unscheduled Repair/Maintenance - 0003, Bench Stock Repair Parts for CLINS 0001 & 0002 Year 2 Option #1 Line Items 0004, 0005, 0006, Performance Period from Dec 09 to Dec 10 Year 3 Option #2 Line Items 0007, 0008, 0009, Performance Period from Dec 10 to Dec 11 Year 4 Option #3 Line Items 0010, 0011, 0012, Performance Period from Dec 11 to Dec 12 Year 5 Option #4 Line Items 0013, 0014, 0015, Performance Period from Dec 12 to Dec 13 2. Purpose of this sources sought synopsis: This sources sought synopsis is a Request for Information before the Government advertises a solicitation. The Government is contemplating a period of performance for this contract of one year with four one-year options, which may be exercised extending the period of performance. The applicable North American Industry Classification System (NAICS) is 811219 (Other Electronic and Precision Equipment Repair and Maintenance) and small business size standard is $6.5M, gross average annual receipts for the three preceding fiscal years. Company responses (capability statements) will be used to establish solicitation source liest and to make small business capability decisions. This pre-solicitation synopsis will serve as a standard script during technical fact-finding and market reseach with large and small business firms possessing sufficient resources, technical capability and experience to maintain 10 CEMS. This is not a notice of solicitation issue. This Government Request For Information seeks budgetary price estimates for all 15 line items but does not constitute a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does issuing this synopsis restrict the Government acquisition approach. To be eligible for any Federal award all contractors shall have an active Central Contractor Registration (CCR). This CCR is the single federal registration code for contractors who conduct business or who are interested in conducting business with the Defense of Department (DOD). Defense procurement and finance policies require contractors remain actively (annually) registered in CCR to be considered in future solicitations, awards, and payment. DOD contracting officers worldwide use CCR to identify sources and financial officers will use CCR to make payments. To register in CCR, you may use one of the following methods: (a) call telephone number 1-888-CCR-2423 for further information. (b) Input directly to CCR through the interactive World Wide Web at https://www.bpn.gov/ccr/scripts/index.html. Contractors shall be registered in CCR in order to be considered eligiblefor any Federal award. 3. Company information required within contractor emailed responses: Each contractor interested in this Government Request For Information should send email responses that identify specific resources required to furnish all necessary labor, consumable materials, repair parts, standards, and other methods specified in the advertised PWS. This cover letter should identify a company point of contact, telephone number, e-mail address, CAGE Code; DUNS Code, web page URL, and size of business. This cover letter should summarize: description of relevant contract experience offered to the Federal Government and commercial customers. This cover letter should describe relevant contract experience referenced by contract number, dollar magnitude, place of performance, and points of contact (named point of contact, address, e-mail, telephone number, fax number, and company web page, when applicable). Submitted information shall be UNCLASSFIED and address these three content items. 1) Relevance of current and past contractor performance to project requirements. 2) Magnitude of projects referenced in past performance & ability to scale up or down 3) Ability to obtain employees with required government security clearances. 4. Contractor email submissions: Please submit your responses to 88 CONS/PKPB, Attn: William G. Callaway, 1940 Allbrook Dr., Area C Building 1, Room 109, Wright-Patterson AFB, OH, 45433-5309 or e-mail: william.callaway@wpafb.af.mil. Responses should be limited 10 pages and submitted no later than November 30, 2008, 10:00 a.m. Eastern Time. No facsimile responses will be accepted. IMPORTANT NOTICE: All E-mail submissions are limited to size and type restrictions (typically less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. Each submitter is responsible for verifying each package was delivered, each e-file was received and can be viewed. The government will neither award a contract solely on the basis of this Sources Sought nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. 5. Solicitation and proposals expected in December 2008: Any Request for Proposal (RFP) will be issued electronically and posted on the FedBizOps web site at: online@cbdweb.com and http://www.fbo.gov/spg/USAF/AFMC/ASC/F4F0AH7228A001/listing.html NO HARD SOLICITATION COPIES WILL BE ISSUED FOR ANY REASON. The RFP is expected to be issued by 5 December 2008. Once the RFP has been posted (advertised), it is incumbent upon all interested parties to ensure their proposals are received by William Callaway, Contract Specialist, at 937-522-4539. E-mail: william.callaway2@wpafb.af.mil. William G. Callaway, 24 Nov 2008 Daniel J. Lyons III, 24 Nov 2008
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e77a8dd3d3d5608366306ca246e58b7f&tab=core&_cview=1)
 
Document(s)
PWS to Maintain10 Teledyne Opacity Monitors for 12 months
 
File Name: PERFORMANCE WORK STATEMENT (PWS) : MAINTAIN TEN TELEDYNE MODEL 560 CONTINUOUS EMISSION MONITORS AT TWO WORK SITES OF WRIGHT-PATTERSON AIR FORCE BASE, OH 45433 (WPAFB) (Sources Sought SynopsisR&M Opacity Monitors 10 Oct 2008.doc)
Link: https://www.fbo.gov//utils/view?id=9357fad8fc34b8f7c883b21360d8b55a
Bytes: 0.00 Kb
 
File Name: PWS dated 20 Oct 2008 (PWS 20 Oct 2008.pdf)
Link: https://www.fbo.gov//utils/view?id=cf92b178349b08c93cc50044599e1ff0
Bytes: 550.65 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: 88 Air Base Wing Civil Engineering Heat Plant Facility 770 and 1240, Wright-Patterson Air Force Base, Ohio 45433, Fairborn, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01709400-W 20081126/081124214634-e77a8dd3d3d5608366306ca246e58b7f (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.