Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOURCES SOUGHT

J -- Dining Facility Equipment Maintenance - Draft PWS

Notice Date
9/13/2011
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-11-T-6113
 
Archive Date
9/21/2011
 
Point of Contact
Jesse K. Jeppesen, Phone: 17195569789
 
E-Mail Address
jesse.jeppesen@peterson.af.mil
(jesse.jeppesen@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT Performance Work Statement THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The 21st Contracting Squadron is searching for vendors that can provide mess attendant equipment maintenance services at the Peterson Air Force Base Aragon Dining Facility. The North American Industry Classification System (NAICS) Code is anticipated to be 811310, Commercial and Industrial Machinery and Equipment Repair and Maintenance. 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. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, Women Owned Small Business or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." A Government requirement for this service is being developed, and a contract may or may not result. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. Interested parties are requested to submit a capabilities statement limited to a total of five pages which address the following areas: 1) Is your business categorized as a large or small business? Please include your DUNS number and CAGE code. 2) If small, does your firm qualify in other categories? If so, please state which categories such as 8(a), disadvantaged, woman-owned, service-disabled veteran, etc. 3) What information do you require to propose to this service other than a performance work statement and the attachments to the performance work statement? 4) What comments do you have to the attached performance work statement and attachments? 5) The government is contemplating a 5-year firm fixed price contract with a cost-reimbursable CLIN for repair. What is your experience with similar length and types of contracts with equipment repair services? What was the annual contract value? What is the volume of customers your company has experienced in the past? This Sources Sought Announcement is issued solely for informational and planning purposes only and is not a solicitation. All information received in response to this announcement that is marked "Proprietary" will be handled accordingly. Please send responses with a subject heading of FA2517-11-T-6113 by 20 September 2011 to SrA Jesse Jeppesen at jesse.jeppesen@peterson.af.mil. Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. Please note: All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-11-T-6113/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02573290-W 20110915/110913235336-548772471327ecf7caf19a46cf6fcadc (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.