Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOURCES SOUGHT

N -- Directional Boring - PWS

Notice Date
6/30/2016
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
FA2823-16-Q-4009
 
Archive Date
7/23/2016
 
Point of Contact
Wilbert Glay, Phone: 850-882-9379
 
E-Mail Address
wilbert.glay.1@us.af.mil
(wilbert.glay.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Directional Boring Performance Work Statement (PWS) The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), 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 business that are capable of performing Horizontal Directional Drilling (Direction Boring) Services on Eglin AFB, FL. See attached draft Performance Work Statement (PWS) dated 3 June 2016 for additional information. All interested vendors shall submit a response demonstrating their capability to perform this effort 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/Request for Quotation) exist 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 NAICS Code assigned to this acquisition is 238990, All Other Specialty Trade Contractors, with a size standard of $15M. 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. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed five (5) pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses shall be received electronically to the following e-mail address: wilbert.glay.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA2823-16-Q-4009, Directional Boring." 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 Wednesday at 3:00 P.M. (CST) on 08 July 2016. Direct all questions concerning this requirement to SrA Wilbert Glay at wilbert.glay.1@us.af.mil no later than Friday at 3:00 pm on 05 July 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f11eac22c99b7cd7ccd2cc48abd6ca9)
 
Place of Performance
Address: 308 West D Ave, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04167679-W 20160702/160630235340-1f11eac22c99b7cd7ccd2cc48abd6ca9 (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.