Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
MODIFICATION

V -- Packing and Crating

Notice Date
12/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA9401-PACKINGandCRATING2012
 
Archive Date
12/22/2011
 
Point of Contact
Carl Landreneau, Phone: 505-846-4877, Peter G. Weber, Jr., Phone: 505-846-4531
 
E-Mail Address
Carl.Landreneau@kirtland.af.mil, Peter.Weber@kirtland.af.mil
(Carl.Landreneau@kirtland.af.mil, Peter.Weber@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PKOA, Kirtland AFB, New Mexico, is seeking information from interested contractors to provide non-personal, commercial services for the preparation of personal property of military members and civilian employees for movement or drayage and related services on or near Kirtland AFB, NM. The contractor shall service the following counties in New Mexico only: Bernalillo, Sandoval, Valencia, Torrance, Santa Fe, Los Alamos, Taos, San Juan, Rio Arriba, San Miguel, Mora, Colfax, Union and Harding. Required services include conducting a pre-move survey, servicing of appliances, and disassembly/reassembly of furniture. The types of tasks the contractor shall perform are complete service inbound (household goods and unaccompanied baggage), complete service outbound (household goods and unaccompanied baggage), and local moves. Required services will include- inventorying, tagging, wrapping, packing, packaging and tracking of household goods in Government-owned and Government-furnished shipping containers at owner's residence or at the contractor's facility. Services include properly securing and sealing for shipment, weighing, obliterating old markings, marking, strapping, and drayage of containers within the counties listed above. Services shall also include loading of shipments on line-haul carrier equipment at the contractor's facility. The anticipated period of performance is 1 July 2012 through 30 June 2017. Period of performance will consist of one Base year and Four (1) year option periods may be awarded. Interested and prospective contractors must submit a Statement of Capability (SOC) package that addresses their ability to perform the services described in this notice. The SOC package shall include a general description of moving and storage capabilities. Please limit the SOC to ten (10) pages or less. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. Contractors responding to this notice must be registered in the Central Contractor Registration (CCR) and should include company name, cage code, point of contact, address and should indicate if they are Small Business, Hubzone, SBA 8(a), Small Disadvantaged Business, Women-Owned Business, Historically Black Colleges or Universities (HBCU) or Minority Institutions (MI). For the purposes of being considered a small business the following applies: SIC Code 4783, NAICS Code 488991, Size Standard: $25.5 Million. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this notice. Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel, with SECRET clearances. D. Past Performance. Do you have past performance as a prime contractor or subcontractor on a contract of similar requirement? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this Statement of Need for Kirtland AFB. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. E. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support this contract, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 10 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 4:00 PM (MST) on 7 Dec 2011 via e-mail. Questions and responses should be addressed to the Primary POC Mr. Carl Landreneau, via email, to Carl.Landreneau@kirtland.af.mil. Alternate POC is Mr. Peter G. Weber, Jr., Peter.Weber@kirtland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9401-PACKINGandCRATING2012/listing.html)
 
Place of Performance
Address: Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02634288-W 20111208/111206234427-2881f7d7bcc8934c9e6de3c34dce558a (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.