Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2013 FBO #4393
MODIFICATION

R -- Administrative Support Services Maui

Notice Date
12/2/2013
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
RFQ835714
 
Archive Date
12/22/2013
 
Point of Contact
Shawn Capehart,
 
E-Mail Address
shawn.capehart@kirtland.af.mil
(shawn.capehart@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Air Force Research Laboratory is issuing this Sources Sought announcement as part of a market research survey. This announcement is for informational purposes only, which will be used for acquisition planning purposes and to determine whether the envisioned acquisition could be set aside for small businesses. Any information submitted will be utilized as part of furthering the Government's understanding of market capabilities under the GSA multiple award schedules for SINS 520, 899, 70, 871, 874 7, and 874 6. NO proposals are being requested or accepted under this RFI, and this announcement shall NOT be construed as a commitment by the government to issue a solicitation or to ultimately award a contract relative to this classification area IAW FAR 15.201(e), nor does this synopsis restrict the government to a particular acquisition approach. Submitted information shall be UNCLASSIFIED. Any information provided to the government in response to this Sources Sought notice is voluntary, becomes government property, and will not be returned. Any costs associated with providing information to either this notice or any follow-up information requests shall NOT be reimbursed. Costs incurred as a result of this announcement shall be borne solely by the respondent and shall NOT be charged to the government for reimbursement. Not responding to this notice shall not preclude participation in any future requests for information (RFI) or actual requests for quotations (RFQ) if any are eventually issued. Interested parties who can perform the listed services in accordance with FAR Part 52.219-14 are encouraged to respond. 52.219-14 -- Limitations on Subcontracting. Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to-- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of Clause) To respond: Submit your RFI response in accordance with the following: •1) No more than 10 pages. Include the following: Name, email address, and phone number of the appropriate representative of your company. •2) Submit your response electronically only to the following email address: shawn.capehart@kirtland.af.mil. •3) Total electronic file submissions shall be compatible with Adobe Acrobat and Microsoft Word and shall be no larger than 2 MB. •4) All responses must be submitted by 11:59 PM (MST) 02 December, 2013. •5) Mark your response "Proprietary Information" if it is considered business sensitive. * Marketing materials SHALL NOT be included as part of your response. * When responding to this Sources Sought notice, submit the following information: •1. Provide a response and capability to meet the Low Price Technically Acceptable (LPTA) Evaluation Factors (please see attachment). •A) If you foresee any difficulty responding to these factors in a future RFQ please state as such. •2. Company information / Socio-economic status •A) Company size and applicable Points of Contact •B) The appropriate NAICS code is 561110 and SINS are 520, 899, 70, 871, 874 7, and 874 6. If you believe you hold a more appropriate NAICS or SINS, please indicate that in your response. •C) Indicate whether you have existing contracts under any current GSA schedules and if you have proposed to the GSA under the current One Acquisition Solution for Integrated Services (OASIS) RFP. •D) Indicate status of your company, any subcontractor(s), joint venture partner(s), and/or any teaming partner(s), in relation to "federal socio-economic status", i.e., Small Business, Veteran-Owned Small Business, Service-Disabled, Women-Owned Small Business, Disadvantaged Small Business and/or HUB Zone status entities. Companies must be certified or registered with the SBA, as appropriate. •E) Include a statement in your response that you, as the Prime Contractor or Joint Venture, can comply with FAR 52-214-14. •3. Capabilities / Qualifications •A) Assessment of capabilities to perform requirements noted in the Draft Performance Work Statement and LPTA Evaluation Factors. •4. Mission Capability •A) Indicate whether your company has or will obtain by award date all corporate resources as required in the attached draft PWS and Evaluation Factors. •B) State whether all areas of the recruitment plan can be met by relevant personnel as indicated in the Evaluation Criteria. •C) Indicate if the criteria in each area of the Management Plan can be met as indicated in the Evaluation Criteria. •D) This effort is located in Maui, Hawaii. Include a statement that describes your current capabilities in the indicated geographical area or a statement that describes your plan to establish capabilities in the geographical area. •5. Past Performance- Assess past performance to show satisfactory ratings in recent and relevant past performance as indicated in the Evaluation Factors. *This is only an overview of all requirements. Refer to the Draft Performance Work Statement and Evaluation Factors for additional requirements. For questions please contact Shawn Capehart shawn.capehart@kirtland.af.mil Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-12-02 12:53:49">Dec 02, 2013 12:53 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-12-02 14:52:18">Dec 02, 2013 2:52 pm Track Changes ***This RFI has been amended. The appropriate NAICS has been changed from 541110 to 541690. All other information remains the same.*** ***This RFI has been amended. The due date has been changed to 07DEC 2013. All other information remains the same***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLDED/RFQ835714/listing.html)
 
Place of Performance
Address: MHPCC, Maui, Hawaii, United States
 
Record
SN03243648-W 20131204/131202234202-53f597d7969a8034406a09ef1023efc3 (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.