Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
SOURCES SOUGHT

H -- Cathodic Protection Service - CLIN Structure Breakout - Sources Sought - Draft PWS

Notice Date
7/13/2017
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA252117XXXXX
 
Archive Date
8/12/2017
 
Point of Contact
Kimberly S. Horner, Phone: 3214940447, Sandra Seman, Phone: 3214947092
 
E-Mail Address
kimberly.horner@us.af.mil, sandra.seman@us.af.mil
(kimberly.horner@us.af.mil, sandra.seman@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS Sources Sought CLIN Structure Breakout SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. 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. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 541990-All Other Professional, Scientific, and Technical Services. The size standard for NAICS Code 541990 is $15M. The requirement is for the survey/repairs to the cathodic protection systems on Patrick Air Force Base (PAFB). Contractor shall perform routine maintenance checks, surveys, and inspections of cathodic protection systems. Conduct initial close interval, anode bed, and annual corrosion surveys of installed impressed current systems, perform initial and annual water tank calibrations, tank to water potential tests, and conduct annual leak investigations as required. It is anticipated that the contract performance period will include one basic period from 01 September 2017 to 31 August 2018, four one-year option periods extending through 31 August 2022. A Contract Line Item Number (CLIN) structure breakout will be posted with this notice, as reference, to the anticipated contract performance period. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (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 (please limit to no more than two pages-separate from questionnaire limitation) are requested to be submitted in writing with the capabilities statement due on 28 July 2017. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of 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. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis 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 evaluation 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 businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). Services Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: sandra.seman@us.af.mil and kimberly.horner@us.af.mil ; or by mail to 45 CONS/LGCAB, Attn: Sandra Seman, 1201 Edward H. White II Street, Bldg. 423, Room C202, Patrick AFB, FL 32925-3238. RESPONSES ARE DUE NO LATER THAN 28 July 2017 3:00PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA252117XXXXX/listing.html)
 
Place of Performance
Address: Patrick Air Force Base, Patrick Air Force Base, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04579232-W 20170715/170714000143-38d8d51c42d6c6f05fff57758ed4e16d (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.