Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
SOURCES SOUGHT

F -- Water Sustainment and Compliance - Performance Work Statement

Notice Date
5/9/2016
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA282316Q4006
 
Point of Contact
Gage V. Bergman, Phone: 8508837454, CARRIE W EASTBURN, Phone: 8508820197
 
E-Mail Address
gage.bergman@us.af.mil, carrie.eastburn@us.af.mil
(gage.bergman@us.af.mil, carrie.eastburn@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting Division, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of providing water sustainment and compliance/IT technical support services to include technical and administrative support to perform compliance evaluations of drinking water systems, prepare Florida Department of Environmental Protection (FDEP) Public Water System (PWS) and Northwest Florida Water Management District (NWFWMD) Consumptive Use Permit (CUP) permit applications, analyze and report water resource quality and production, evaluate regulatory compliance, and sustain and analyze water system data and assist in resource planning and decision efforts utilizing the Web-Based Water System (WBWS) in accordance with the attached DRAFT Performance Work Statement (PWS) dated 28 April 2016. All interested vendors shall submit a response demonstrating their capability to provide these services to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The North American Industry Classification System (NAICS) code assigned to this acquisition is 541620, Environmental Consulting Services, with a size standard of $15,000,000.00. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought 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 assessment 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 business, or any particular small business program. Capability Statement Requested: All interested vendors shall submit a capability statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice and detailed in the attached DRAFT PWS. The capability statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed five (5) double sided sheets of paper. At a minimum, the capability statement shall include the following: 1. Offeror's name, address, point of contact, phone number, and e-mail address. 2. Offeror's Commercial and Government Entity (CAGE) Code and Data Universal Number System (DUNS) number. 3. Offeror's confirmation of interest in being considered for a contract award. 4. Offeror's capability to meet requirements outlined in the DRAFT PWS. 5. Offeror's capability providing similar supplies/items as specified above to other Government agencies and/or companies. 6. All socio-economic categories in which your company qualifies under NAICS code 541620, Environmental Consulting Services (i.e. 8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman-Owned, Small Disadvantaged business..etc.). 7. Company size in relation to the NAICS code 541620, Environmental Consulting Services. 8. Comments concerning the DRAFT PWS. The Government will utilize this information in determining the best strategy for this acquisition. Responses must be received electronically by email to the following e-mail address: gage.bergman@us.af.mil AND carrie.eastburn@us.af.mil. All correspondence sent via email shall contain a subject line that reads "Water Sustainment and Compliance". If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 17 May 2016. Direct all questions concerning this requirement to SSgt Gage Bergman at gage.bergman@us.af.mil AND carrie.eastburn@us.af.mil. Attachment 1. Performance Work Statement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/84b23b74a9603d445f1e02f3d7f03839)
 
Place of Performance
Address: Eglin AFB, FL, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04109820-W 20160511/160509234217-84b23b74a9603d445f1e02f3d7f03839 (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.