Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

L -- Divemaster Scuba - Draft Performance Work Statement

Notice Date
7/20/2017
 
Notice Type
Presolicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-17-R-4019
 
Point of Contact
Michael Kitchell, Phone: 503-335-4490
 
E-Mail Address
michael.t.kitchell2.mil@mail.mil
(michael.t.kitchell2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft Performance Work Statement (PWS) This is a Pre-Solicitation notice that the Government intends to issue a Request for Proposal (RFP) for a Firm Fixed-Price Contract Objective: Provide Dive master Maritime Operational Support Services. The mission of the 125th Special Tactics Squadron is to deploy operational teams providing global access, combat search and rescue, precision strike, and direct action missions in a combat theater. Additionally, the 125th STS preserves life and property while maintaining public safety for the state of Oregon. While performing these duties, the 125th STS uses airborne, air mobility, ground based vehicles, tactical overland, and scuba/amphibious movements to globally employ Special Tactics Teams. Air Force Special Operations Command (AFSOC) requires Special Tactics Teams to perform diving and maritime operations to accomplish specific waterborne missions. The US Navy is the DoD single point manager and proponent for all military diving matters. The 720th Operational Support Squadron conducts inspections every two (2) years to ensure mission success and personnel safety. It is imperative that diving, maritime, and associated mission equipment are maintained at peak operational readiness, IAW Navy guidelines and at the direction of the 720th STG appointed Chief Diver. When the US Navy guidelines do not identify operating instructions for specific types of equipment; the 125th Dive Manager will adhere to manufactures specifications. The 125th STS dive locker must be in compliance with US Navy Diving guidelines and the operational instruction set forth by the 720th Special Tactics Group. This is a 100% Small Business Set-Aside, Firm-Fixed Price procurement and will be procured using commercial procedures. The North American Industry Classification System (NAICS) Code is 561990. NAICS AND SIZE STANDARD: The NAICS code for this project is 561990, All Other Support Services. The small business size standard, based on average annual receipts is $15 Million. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors must be successfully registered in SAM with a matching NAICS, (www.sam.gov), in order to receive an award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/ ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The RFQ documents for this procurement will be posted on the Federal Business Opportunities (FBO) website, (www.fbo.gov). It is the responsibility of all potential bidders/offerors to monitor the FBO website for any solicitation posts, amendments, updates, responses to questions and answers, etc. Solicitation will be issued on or about 7 August 2017. The due date for quotes will be posted in the solicitation. The solicitation will be issued electronically on the Federal Business Opportunities web page; (http://www.fbo.gov/). Paper copies will not be made available. Once the solicitation is posted, it is incumbent upon interested contractors to monitor the Fed Biz Opps web page frequently for updates/amendments to the solicitation. POINT-OF-CONTACT FOR QUESTIONS: The point of contact for this solicitation is Michael Kitchell, telephone: (503) 335-4490, email: michael.t.kitchell2.mil@mail.mil Any communications or questions regarding this requirement must be made in writing and forwarded via email and must identify the RFP number, company
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-17-R-4019/listing.html)
 
Place of Performance
Address: 125 STS, 6801 NE Cornfoot Rd., Portland, Oregon, 97218, United States
Zip Code: 97218
 
Record
SN04587360-W 20170722/170720234328-e640c05e386834fcf01deeb18b45abc6 (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.