SOURCES SOUGHT
49 -- AVIATION SUPPORT EQUIPMENT LOAD TESTING - Draft PWS - Market Research Questionnaire
- Notice Date
- 9/3/2014
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA441814LOADTEST
- Archive Date
- 10/2/2014
- Point of Contact
- Matthew Meier, Phone: 843-963-3502, Abror B. Samatov, Phone: 8439634541
- E-Mail Address
-
Matthew.Meier.5@us.af.mil, abror.samatov.1@us.af.mil
(Matthew.Meier.5@us.af.mil, abror.samatov.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Market Research Questionnaire Performance Work Statement SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Requisition number FA441814LOADTEST shall be used to reference any written responses to this sources sought. Joint Base Charleston anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334519. The size standard for NAICS is 500 employees. Purpose: The purpose of this requirement is to locate a contractor that can perform preventive maintenance (PM) inspections, repairs, load tests, certification and Non Destructive Inspections (NDI) service on aviation support lift equipment for the 437th AMXS, Joint Base Charleston, South Carolina in accordance with all applicable Air Force Standards, Air Force Instructions (AFI), and Technical Orders (TO), laws, regulations, standards, and commercial instructions as defined by the equipment manufacturer, and all other requirements as described in this Performance Work Statement (PWS) with the focus on safety, timeliness, and customer service. Request: The contractor shall perform annual preventive maintenance (PM) inspections, load tests, certification and Non Destructive Inspections (NDI), as well as unscheduled and/or emergency repairs on equipment specified in this PWS to ensure reliable and continuous safe operation of all aircraft support equipment. The Contractor shall provide project management, supervision, all personnel, equipment, tools, materials, transportation and all other items and services necessary to successfully perform maintenance and repairs. The contractor is encouraged to use innovative approaches to efficiently and effectively accomplish PWS requirements in a timely manner at reduced cost and in a way that fosters pride and ownership in the work performed. Attached is copy of the draft PWS and a Market Research Questionnaire. We ask that you complete the Market Research Questionnaire and return it back to our office along with any questions or insight that you may have in regards to the PWS in order for us to better communicate the requirement to commercial sources. In additional to your package, please include your DUNS and Cage Code along with a portfolio of your current or past work experience relating to this requirement. Additionl Information: The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) 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 SDVOSB, WOSB, EDWOSB, 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." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Responses may be submitted electronically to the following e-mail address: matthew.meier.5@us.af.mil; by mail to ; or by Fax to 843-963-5161. RESPONSES ARE DUE NO LATER THAN 17 Sept 14.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA441814LOADTEST /listing.html)
- Place of Performance
- Address: 628 CONS/LGCP, Attn: Matthew Meier, 101 E. Hill Bvld, Bldg. 503, 2nd Floor, North Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN03494435-W 20140905/140904000731-27f5da467775c291c587fcc64c011154 (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 |