Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

Z -- Physical Security Maintenance - Attachments

Notice Date
11/8/2016
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONF / LGC, 460 CONF / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
 
ZIP Code
80011-9572
 
Solicitation Number
SS_Physical_Security_BAFB
 
Point of Contact
Kyle Thomas, Phone: 720-847-4017, Deb Saumur, Phone: 720-847-9390
 
E-Mail Address
kyle.thomas.5@us.af.mil, debra.saumur.1@us.af.mil
(kyle.thomas.5@us.af.mil, debra.saumur.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination 2015-5419 Draft Performance Work Statement This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potentially interested small businesses and may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. 460 CONF/LGCA is seeking commercial sources to provide all management, personnel, tools, supplies, equipment, materials, and labor necessary to provide physical security (vehicle barriers, sliding gates, and garage doors) maintenance, repair, & inspection services for Buckley Air Force Base (BAFB). It is anticipated that the contract performance period will include one basic period estimated from 1 February 2017 to 31 January 2018, and four one-year option periods extending through 31 January 2022, and the possibility of a 6-month extension period extending through 31 July 2022. The North American Industry Classification Systems (NAICS) Code for the proposed work is 238290 - Other Building Equipment Contractors at a size standard of $15M and 561621 - Security System Services at a size standard of $20.5M. The government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Woman Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/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. All contractors interested in supplying these services may indicate their interest in this potential acquisition by supplying responses that should include: (1) Identification of company size status, certifications, i.e., 8(a), HUBZone, SDVOSB, small business. (2) Proof of experience and capability. (3) Answers to the questions listed below. All responses to this sources sought announcement shall be limited to no more than seven (7) pages and submitted no later than the close of business on 22 November 2016. 1. How long have you been in business? 2. How many employees do you have? 3. Have you ever performed government contracts? 4. Do you currently have personnel, who can perform these services, that are able to pass various USAF law enforcement and CBI background checks for access onto Buckley AFB? 5. Does your company have the vehicles and equipment to perform these services? 6. Does your company provide these services or do you subcontract the work? Which requirements would be subcontracted? 7. Do you have current (within the past 3 years) and relevant experience in all areas of this requirement? If not, please list the specifics areas that you have experience in. 8. Does your company have the capability to work in an environment without disrupting its daily operation? This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statements (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government's consideration are requested to be submitted as part of the response package. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded they must be System for Award Management Registration (SAM) registered to do business with the Government. Lack of registration will make an offeror ineligible for contract award. Register for SAM at sam.gov. The anticipated wage determination for this requirement is Service Contract Act (SCA) WD 2015-5419 (Rev. 2) dated 29 Dec 2015. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopses or release of the actual solicitation. Submissions to this notice may be emailed to Kyle Thomas, 460 CONF/LGCA at kyle.thomas.5@us.af.mil. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Kyle Thomas's phone number is 720-847-4017. Any information provided by industry to the Government as a result of this sources sought announcement is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/SS_Physical_Security_BAFB/listing.html)
 
Place of Performance
Address: Buckley AFB, Aurora, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN04322771-W 20161110/161108234221-39cd095f3915927a0361242186ccb48b (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.