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
SOURCES SOUGHT

J -- Instron, Preventive Maintenance (PM), repair, and calibration - Performance Work Statement (DRAFT) - Questions to Validate quilifications contractor

Notice Date
7/20/2017
 
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-0201RS
 
Archive Date
9/5/2017
 
Point of Contact
Richard A. Salazar, Phone: 8015865548
 
E-Mail Address
richard.salazar@us.af.mil
(richard.salazar@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Preventive Maintenance (PM), repair, and calibration of fifteen (15) Tensile, Hardness, and Creep Materials Testing Machines and associated equipment located at Hill Air Force Base (AFB), Utah. This is not a solicitation announcement. This is a sources sought synopsis only. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the Fedbizopps website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. This is a Source Sought Notice representing a market research survey and is not a Request for Quotation. NO SOLICITATION DOUMENTS EXIST AT THIS TIME. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained below. Please place "Attention: Repair and calibrate maintenance" in the subject line of your email. Interest Vendor's shall include the following information in their responses: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates your company can provide the equipment and service. 3) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB), (g) State whether your firm is registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please NOTE any future solicitation could only be awarded to a contractor who is registered in CCR and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. 4) This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. (5) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.) This is a request for information (RFI) / SOURCES SOUGHT SYNOPSIS. This request is not a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. The purpose of this request for information is in support of market research. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government nor will the Government pay for information solicited hereunder. All costs associated with responding to this RFI will be solely at the responding party's expense. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Offerors responding to this sources sought market research notice must: (1) state whether they are a small or large business, and indicate if the company is a small disadvantaged or woman-owned business, veteran owned, 8(a) firm, or a historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) small business (2) advise if your product is a commercial item and how long you can hold pricing if quotes are requested (3) advise if you have the item on a GSA schedule or other Government contract include front page of schedule and the page showing the part is on award (4) provide information concerning the technical capabilities of the product you are interested in offering, including commercial literature/brochures and warranty. Describe any awards you have been involved in that are the same as or similar to what is described in this RFI. Include any other pertinent information which would enable the government to assess your firm's capabilities (5) advise if you accept the Government purchase card (6) Provide Point of Contact including: company/ institute name, address, phone number and email address (7) provide assigned Commercial and Government Entity (CAGE) Code (8) Verify if your company/institute is listed in the Central Contractor Registration (CCR) (9) State if your company is domestically or foreign owned (if foreign owned, please indicate the country of ownership) (10) Advise how much time you would need to submit a technical proposal if a solicitation is issued (11) provide an estimated price for one each, an estimated price for the total quantity and provide any price quantity discounts based on the total estimated quantity (12) include a schedule of maintenance for units listed in attached PWS (DRAFT) your company could work. Submit all responses to the listed point of contact. If an email response is not possible, submit by FAX to 801-586-5548 or mail to OO-ALC/PKEAS, Attn: Richard Salazar, 6038 Aspen Ave bldg 1289, Hill AFB UT 84056-5805 Point of Contact - Richard Salazar, Contract Negotiator, Phone 801-586-5548 Email: richard.salazar@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-17-R-0201RS/listing.html)
 
Place of Performance
Address: This contract is for on-site repair services at Hill AFB, for equipment located in several different buildings. Contractor should be able to perform the required maintenance at those locations., Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04588190-W 20170722/170720235037-18c5f647c72749969c30eb7a2e5b0326 (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.