Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOURCES SOUGHT

Z -- Facility Maintenance and Repair - Sources Sought-PWS

Notice Date
12/7/2011
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-12-M-SE01
 
Archive Date
12/31/2011
 
Point of Contact
Stacey M. Ellingsen, Phone: 7577647460, Cynthia Lewandowski, Phone: 757-764-2862
 
E-Mail Address
Stacey.Ellingsen@us.af.mil, Cynthia.Lewandowski@Langley.af.mil
(Stacey.Ellingsen@us.af.mil, Cynthia.Lewandowski@Langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Repair and Maintenance for 36 facilities over 10 Months. This is a Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. The 633d Contracting Squadron is seeking possible sources to provide Maintenance and Service for buildings and structures on Ft. Eustis (under NAICS code: 561210) in support of Ft. Eustis, VA. Comments on this NAICS and suggestions for alternatives must include supporting rationale. The anticipated period of performance will be ten (10) months. The Government anticipates a firm fixed price (FFP) acquisition. A determination will be made once all responses are reviewed as to the type of Small Business set-aside concern. However, if the Government receives inadequate responses from Small Business concerns, the Government will use all information obtained from this sources sought request to determine what type, if any, set-aside to utilize. Interested parties are requested to submit a statement of capability outlining past work relative to this requirement identified attached Performance Work Statement (PWS). The statement of capability shall include: I. Contractor Name a. Address b. Point of Contact (POC) c. POC phone number(s) and e-mail addresses d. Cage code II. Description of Relevant Contract Experience (Government and Commercial) a. Contract number b. Description of the requirement c. POC for the requiring activity d. POC address, e-mail phone number(s), fax number and the company's web page, if applicable Contractors capable of providing these services should submit a Statement of Capability containing the above referenced information via e-mail to Stacey.Ellingsen@langley.af.mil. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. ORGANIZATIONAL CONFLICT OF INTEREST (OCI) The Federal Acquisition Regulation (FAR) Part 9.5 requires that action to avoid, neutralize, or mitigate potential organizational conflict of interest be accomplished. Potential Offerors will notify the Procuring Contracting Officer (PCO) in writing within 5 days of receipt of the actual RFP (RFP to be released at a later date) regarding any actual/potential OCI and provide applicable mitigation plans. Please note that FEDBIZOPPS will be the primary source of information for this acquisition. Interested parties should check FEDBIZOPPS for updates frequently. Please direct any questions on this announcement to Stacey Ellingsen, 74 Nealy Ave, Langley ABW, VA telephone no. 757-225-5668; or e-mail Stacey.Ellingsen@langley.af.mil. Responses must be received no later than 4:30p.m., EST, on 16 December 2011. Responses should not exceed ten (10), single-sided, 8-1/2" x 11" pages with the font no smaller than 10 point. Potential Offerors are cautioned that this synopsis is for information and planning purposes only, and does not constitute an RFP nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will not reimburse the contractor for any costs associated with preparing or substituting a response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-12-M-SE01/listing.html)
 
Place of Performance
Address: 733rd CED, Bldg 1407, Ft. Eusts, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN02635502-W 20111209/111207234925-499bf4a2a7a29f10254a00d4a3037a9a (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.