Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOURCES SOUGHT

H -- Backflow

Notice Date
8/11/2017
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-17-R-0020
 
Archive Date
8/30/2017
 
Point of Contact
Oliver A. Ancans, Phone: 9073773327
 
E-Mail Address
oliver.ancans@us.af.mil
(oliver.ancans@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE only for the purpose of Market Research. Response to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS or QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall NOT be construed as solicitation or as an obligation on the part of the Department of the Air Force. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Proposed work to be performed under the aforementioned contract is anticipated to be within the following North American Industry Classification System (NAICS) codes as follows: 541370 Surveying and Mapping (except Geophysical) Services and the Small Business Size Standard is $15.0 Million. The government is looking for businesses that are capable of providing Backflow & Cross Connection Survey from 180 after date of contract (ADC) to include service, hardware, installation, maintenance, and customer assistance on Eielson AFB, Alaska. The requirement is to provide a backflow prevention/cross-connection control survey of Eielson Air Force Base facilities, identified and prioritized potential cross-connection scenarios at Eielson Air Force Base AFB). This survey will provide the necessary information (detailed recommended scope, execution plan and cost estimate) to base an comprehensive backflow prevention repair program that can be executed though the various AF repair and construction programs. This project will contribute to keeping the utility systems operating in a safe manner as well as meet all necessary state and AF backflow prevention program requirements. The USAF is requesting the following information from interested vendors: 1) Company name and contact information to include phone number and email. 2) Contractor capability statement. 3) DUNS number and CAGE code. 4) Contractor request for details/facts to be provided by the government as part of an eventual solicitation package to allow for accurate contractor quotes. 5) Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541370, size standard of $15.0 Million. 6) What is a reasonable amount of lead time for order/delivery of material? 7) Provide any additional information that your firm feels the government should consider for this type of requirement. Interested parties should send all information via email to SrA Oliver Ancans at oliver.ancans@us.af.mil and to SSgt Cory Beal cory.beal@us.af.mil. NO PHONE CALLS WILL BE TAKEN IN RESPONSE TO THIS SOURCES SOUGHT. Information must be submitted to the previously stated point of contact no later 2:00 PM Alaska Standard Time on 15 August 2017. An actual solicitation may be issued in the next few weeks. The closing date and time for submission of offers will be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the specifications and/or drawings, will be made available only on the Federal Business Opportunities Web Site at http://www.fedbizopps.gov. Interested Parties are solely responsible for monitoring the aforementioned site for the release of the solicitation package and/or any updates and/or amendments to any and all subject documents. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the System for Award Management database or their proposal will not be considered. Contractors can obtain further information on the System for Award Management at web site https://www.sam.gov. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the FedBizOpps website at www.fbo.gov. Potential interested parties are responsible for monitoring this site for the release of the solicitation package as well as downloading their own copy of the solicitation and amendments, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-17-R-0020/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04624228-W 20170813/170811231418-60f2d84f96495d16c7f3672e86f5a2ca (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.