Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOURCES SOUGHT

35 -- Base wide Appliances - Attachments

Notice Date
7/21/2017
 
Notice Type
Sources Sought
 
NAICS
532210 — Consumer Electronics and Appliances Rental
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-17R
 
Archive Date
8/24/2017
 
Point of Contact
Chris Hummel, Phone: 18056062480, David King, Phone: 18056062181
 
E-Mail Address
christopher.hummel.6@us.af.mil, david.king.34@us.af.mil
(christopher.hummel.6@us.af.mil, david.king.34@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Questionnaire- Base Wide Appliances SOW Base-Wide Appliance 20170706 This is a Sources Sought Notice only. No solicitation is being issued at this time. This synopsis is issued for the sole purpose of the 30th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified sources capable of providing all management, personnel, equipment, tools, materials, supervision, labor and other items and services necessary to provide leased washers & dryers and perform services calls, repairs and preventive maintenance on Government-owned appliances at various base organizations/locations at Vandenberg AFB (VAFB), California. It is anticipated that the contract performance will include a base period of one-year (1 April 2018 - 31 March 2019), four one-year option periods (extending through 31 March 2023), and one six-month extension extending through 31 September 2023. Options and the extension are to be exercised at the unilateral right of the Government. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 532210, Consumer Electronics and Appliances Rental. The size standard is $38.5M.. The government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses, or, if applicable based on NAICS code, Women Owned Small Businesses 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 Service Disabled Veteran Owned Small Businesses, Women Owned Small Business or small business) anticipated teaming arrangements (i.e. prime/sub, etc), 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. The Government requests that interested parties insure that the necessary NAICS is included in their SAM representations and certifications. The attached questionnaire also requests information regarding anticipated teaming arrangements and a description of similar services offered to the Government. Any responses involving teaming arrangements 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. Interested companies are requested to provide the completed questionnaire NLT 9 August 2017. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Statement of Work (SOW) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the SOW. 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 SOW, and/or submittal of commercial practices for the Government's consideration (please limit to no more than three pages in length for questionnaire) are requested to be submitted in writing due NLT 9 august 2017. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft SOW posted with this notice is subject to change; the formal version of the SOW will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, lack of registration in the SAM will make an offeror ineligible for contract award. 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 solicitation. Submissions to this notice may be mailed to Chris Hummel, 30 CONS/LGCB, 1515 Iceland Ave Room 150, Vandenberg AFB, CA 93437-5212 or sent via email (preferred) to Chris Hummel at christopher.hummel.6@us.af.mil and MSgt David King at david.king.34@us.af.mil. If 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-17R/listing.html)
 
Place of Performance
Address: 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California 93437-5212, Vandenberg AFB, California, 93437-5212, United States
Zip Code: 93437-5212
 
Record
SN04590361-W 20170723/170721235331-65fd96ccb5896028ed834ea3cec98ed5 (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.