Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOURCES SOUGHT

V -- Packing and Crating - DRAFT PWS

Notice Date
2/16/2017
 
Notice Type
Sources Sought
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 377 MSG/Contracting Division, 377 MSG/Contracting Division, 8500 Gibson SE, BLDG 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA9401-17-R-PackingAndCrating
 
Archive Date
3/10/2017
 
Point of Contact
Amber L. Doan, Phone: (505) 846-6284, Son H. Trinh, Phone: 5058466673
 
E-Mail Address
amber.doan@us.af.mil, son.trinh.1@us.af.mil
(amber.doan@us.af.mil, son.trinh.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT PWS This is a SOURCES SOUGHT SYNOPSIS announcement ONLY for information/market research planning purposes. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS SYNOPSIS. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The Air Force Global Strike Command (AFGSC) 377th MSG/Contracting Division at Kirtland AFB, Albuquerque, NM, seeks potential business sources to provide: The 377 MSG/PK, Kirtland AFB, New Mexico, is seeking information from interested contractors to provide non-personal, commercial services for the preparation of personal property of military members and civilian employees for movement or drayage and related services on or near Kirtland AFB, NM. The contractor shall service the following counties in New Mexico: Bernalillo, Los Alamos, Santa Fe, Rio Arriba, San Juan, Colfax, Harding, Union, Sandoval, Torrance, Valencia, Cibola, McKinley, Mora, and San Miguel. Required services include conducting a pre-move survey, servicing of appliances, and disassembly/reassembly of furniture. The types of tasks the contractor shall perform are complete service inbound (household goods and unaccompanied baggage), complete service outbound (household goods and unaccompanied baggage), and local moves. Required services will include- inventorying, tagging, wrapping, packing, packaging and tracking of household goods in Government-owned and Government-furnished shipping containers at owner's residence or at the contractor's facility. Services include properly securing and sealing for shipment, weighing, obliterating old markings, marking, strapping, and drayage of containers within the counties listed above. Services shall also include loading of shipments on line-haul carrier equipment at the contractor's facility. The anticipated period of performance is 1 July 2017 through 30 June 2022. Period of performance will consist of one Base year and Four (1) year option periods may be awarded. Interested and prospective contractors must submit a Statement of Capability (SOC) package that addresses their ability to perform the services described in this notice. The SOC package shall include a general description of moving and storage capabilities. Please limit the SOC to ten (10) pages or less. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. Contractors responding to this notice must be registered in the System Award Management (SAM) and should include company name, cage code, point of contact, address and should indicate if they are Small Business, Hubzone, SBA 8(a), Small Disadvantaged Business, Women-Owned Business, Historically Black Colleges or Universities (HBCU) or Minority Institutions (MI). For the purposes of being considered a small business the following applies: SIC Code 4783, NAICS Code 488991, Size Standard: $25.5 Million. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this notice. Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel, with SECRET clearances. E. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support this contract, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 10 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 2:00 PM (MST) on 23 Feb 2017 via e-mail. Questions and responses should be addressed to the Primary POC Ms. Amber L. Doan, via email, to amber.doan@us.af.mil. Alternate POC is Mr. Son Trinh, son.trinh.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/22a42ada70f4cbcdb6dce4b653aa2d24)
 
Place of Performance
Address: 8500 Gibson Blvd SE, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN04405200-W 20170218/170216234554-22a42ada70f4cbcdb6dce4b653aa2d24 (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  © 1994-2020, Loren Data Corp.