Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOURCES SOUGHT

J -- Barrier Maintenance (GRAB 300 Sys) - PWS, 27 Nov 17

Notice Date
11/27/2017
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA486118RA022
 
Archive Date
12/16/2017
 
Point of Contact
Nina M. Heidtman, Phone: 7026528510, Rommel Delmundo, Phone: 702-652-8480
 
E-Mail Address
nina.heidtman@us.af.mil, rommel.delmundo@us.af.mil
(nina.heidtman@us.af.mil, rommel.delmundo@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FA486118RA022, PWS, 27 Nov 17 THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. PLEASE DO NOT SEND PRICING INFORMATION AT THIS TIME. The 99th Contracting Squadron, Nellis AFB, NV is conducting a MARKET SURVEY to determine the interest and capability of sources for a potential 100% set-aside for HUBZone, Women-Owned, 8(a), Service Disabled Veteran Owned, or Small Business concerns in the NAICS 238990 (All Other Specialty Trade Contractors) for a firm-fixed price (FFP) contract. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors who shall furnish all personnel, labor, equipment, tools, materials, transportation, and supervision, and all other necessary items to fully perform perform quarterly inspections/preventive maintenance and repair (when necessary) of the Ground Retractable Automobile Barrier (GRAB) 300 System, Nellis Air Force Base, NV 89191. Please see attached Performance Work Statement (PWS) dated 27 November 2017. Interested contractors must provide the information below to the points of contact listed herein. Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Responses shall be limited to five (5) pages. (a) Firm's INFORMATION [name, address, phone number, CAGE code, DUNS number]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) Firm's STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant experience in the maintenance/repair of the GRAB 300 System; the ability to respond in a timely manner to service calls, as well as all other requirements in accordance with the PWS. Please include recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. The government reserves the right to set this acquisition aside for small business, 8(a), HubZone small business, Women-Owned or Service-Disabled Veteran-Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside this acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs. Note: It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for the contract awardee. Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet. Registration usually takes up to five (5) days to process. Recommend registering immediately in order to prevent any delays. Responses to this announcement are due no later than 12:00 PM (PST) on Friday, 1 December 2017. Primary POC is Ms. Nina Heidtman at (702) 652-8510; email: nina.heidtman@us.af.mil. Alternate POC is TSgt Rommel Delmundo at (702) 652-8480; email: rommel.delmundo@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA486118RA022/listing.html)
 
Place of Performance
Address: Nellis AFB, Nevada 89191, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN04749022-W 20171129/171127230801-5b25e8a0463578eb1547073c9e307bd2 (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.