Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
SOURCES SOUGHT

J -- General Maintenance Equipment (GME) Preventive Maintenance Inspection - Attachments

Notice Date
10/14/2016
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-17-R-0002
 
Archive Date
11/15/2016
 
Point of Contact
David W. Bryan, Phone: 8015867779, Randall Tobler, Phone: 801-586-3335
 
E-Mail Address
david.bryan.8@us.af.mil, Randall.Tobler@us.af.mil
(david.bryan.8@us.af.mil, Randall.Tobler@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Equipment List Performance Work Statement (Draft) SOURCES SOUGHT LANGUAGE SOURCES SOUGHT SYNOPSIS: Solicitation Number: Notice Type: FA8224-17-R-0002 Sources Sought Synopsis: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811310 which has a corresponding Size standard of 7.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. 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. 2. Program Details: The Contractor shall provide all labor, supplies, tooling, equipment, examination, and testing necessary, without any Government provided facilities or equipment, to perform Preventive Maintenance Inspection (PMI) of General Maintenance Equipment (GME) located throughout the Ogden Air Logistics Complex (OO-ALC), Hill Air Force Base, Utah as outlined in the attached Performance Work Statement (PWS). The Contractor shall be completely mobile and self-contained to include industrial/hazardous waste management, clean-up and disposal. Maintenance shall be on an as-needed basis using qualified/certified mechanics experienced in maintaining the types of GME identified on the attached Equipment List. The Contractor shall furnish the services as requested by the Contracting Officer (CO) or the authorized callers as appointed by the CO. 3. CONTRACTOR CAPABILITY QUESTIONNAIRE General Maintenance Equipment (GME) Preventive Maintenance Inspection (PMI) Part I. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact a. Name b. Telephone # c. Email address 4. Physical Address: 5. Web Page URL: 6. Provide you company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, it a woman owned business, small disadvantaged business, 8(a) business, HUB Zone business, Serviced Disabled Veteran Owned Business, etc. Part II. Capability Survey Questions 1. We anticipate utilizing NAICS code 811310. Is this code appropriate for this requirement? If not, provide your suggested NAICS code. 2. Are you anticipating your company to be a prime contractor or a subcontractor? Are you anticipating any teaming or partnering arrangements? 3. What qualifications/certifications are required to provide preventive maintenance inspections (PMIs) for attached equipment list? 4. No Government facilities or services will be provided, to include access to the base's Industrial Waste Treatment Plant (IWPT). Briefly describe your capabilities in providing mobile PMIs for the attached equipment list or similar equipment, to include hazardous waste management/clean-up. What is your company's process to dispose of industrial/hazardous waste? 5. Demonstrate your company's ability to be considered a responsible prospective contractor IAW FAR 9.104. 6. Describe your company's past experience on previous projects similar in complexity to this requirement. Provide a brief description of the work performed. If contract was with the US Government, provide contract number, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 7. It is anticipated that approximately 40% of the equipment identified will need PMI immediately after contract award. What is your capability to begin completing PMI's immediately after notice of award? Describe your plan to complete identified PMIs within 30 days of contract award to support this surge requirement? 8. What does the commercial standard PMI for attached equipment list include? 9. Does your company have access to the required manuals to perform PMIs for the attached equipment list? 10. Can your company provide PMI support for all items on the attached equipment list? If not, specifically what equipment can your company support? 11. What is the industry standard for pricing PMIs for the attached equipment list? 12. Approximately how many PMIs would your company be able to handle per day/week? 13. What do you see as the risks associated with this effort? How might those risks be mitigated? Interested offerors should send a response to the sources sought inquiry and the questions listed above to the Contracting Officer. Responses should be submitted by 1:00 pm MST, 31 October 2016. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: Primary Point of Contact OO-ALC/PZIMB David W. Bryan Contracting Officer 6038 Aspen Ave. Bldg. 1289 2nd Flr Phone: (801) 586-7779 Email: david.bryan.8@us.af.mil Secondary Point of Contact OO-ALC/PZIMB Randall Tobler Contracting Officer 6038 Aspen Ave. Bldg. 1289 2nd Flr Phone: (801) 586-3335 Email: Randall.Tobler@us.af.mil The information provided is for the Air Force's market research and is given understanding the AF has no obligation to pay for the information. The information may be used in developing a request for proposals (RFP) but does not obligate the AF to issue an RFP or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-17-R-0002/listing.html)
 
Place of Performance
Address: Throughout the Ogden Air Logistics Complex (OO-ALC), Hill Air Force Base, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04304986-W 20161016/161014234135-30dddd9b49af5e51b771f98e1cb55d71 (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.