Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
SOURCES SOUGHT

J -- Canon Copier Maintenance Services - Draft Performance Work Statement dated 31 Aug 2010

Notice Date
9/28/2010
 
Notice Type
Sources Sought
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4FBCT0244A002
 
Archive Date
12/31/2010
 
Point of Contact
Jan M Holbrook, Phone: 937- 522-4609, Madonna J. Hart, Phone: (937) 522-4601
 
E-Mail Address
jan.holbrook@wpafb.af.mil, madonna.hart@wpafb.af.mil
(jan.holbrook@wpafb.af.mil, madonna.hart@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Copier Maintenance PWS dated 31 Aug 2010 This is a Sources Sought Synopsis. There is no solicitation available at this time. This sources Sought Synopsis is published for Market Research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements for providing the Air Force Research Laboratory Materials and Manufacturing Directorate with copier maintenance service. The copiers that will be maintained are located in Bldgs. 651-655 and Bldg. 1661, Area B, Wright-Patterson AFB, OH. The Government plans a 12-month Firm-Fixed-Priced purchase order. A proposed Draft Performance Work Statement (PWS) is attached to provide respondents with a better understanding of the needs of the Government. Firms responding to this announcement should indicate their size, particularly if they are a small business, small disadvantaged business, woman-owned small business, HUBZone small business, or service-disabled, veteran-owned small business, and should indicate if the firm is foreign-owned. The North American Industry Classification System (NAICS) code is 811212. The small business size standard is $25M. All interested parties shall submit a capabilities package that explicitly demonstrates capabilities and expertise related to this effort. Foreign contractor participation is not permitted. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quote (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a Purchase Order for this or related effort, a Request for Quote(RFQ) will be published. DATE DUE: Packages must be received in the buying office not later than 11:30 a.m. EST, 4 Oct 2010. All questions must be submitted in writing to: Jan Holbrook, Contract Specialist, jan.holbrook@wpafb.af.mil, ASC/PKOAB, (937) 522-4609 REQUEST FOR CAPABILITY PACKAGE: Request your firm submit information as to its capability to perform the tasks set forth in the attached Draft Performance Work Statement (PWS). PACKAGE REQUIREMENTS: 1. Please provide the following information from your firm. a. Company Name and CAGE Code b. Address c. Phone Number d. Fax Number e. E-mail address f. Point-of-Contact Information g. Business Size and Type (i.e. large business, small business, small disadvantaged business, HUBZone small business, woman-owned small business, service-disabled, veteran-owned small business) 2. Respondents are requested to provide a brief description of their team's capability and approach to accomplishing all tasks described in the Draft PWS. Address briefly how your team will perform this work. Limit responses to a total page limit of 25 pages. Each page shall be formatted for 8 1/2" x 11" paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Responses may be submitted electronically in a Microsoft Word compatible file. Attachment: Draft PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBCT0244A002/listing.html)
 
Place of Performance
Address: Bldgs. 651 - 655 and Bldg. 1661, Area B, 2977 Hobson Way, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02299631-W 20100930/100928235125-6ff514f8028537b0556efe598c52ecb4 (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.