Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

23 -- XFS Trailer Leasing

Notice Date
12/10/2019 10:36:18 AM
 
Notice Type
Sources Sought
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
FA4897 366 FAS PKP MOUNTAIN HOME AFB ID 83648 USA
 
ZIP Code
83648
 
Solicitation Number
FA489720Q0013
 
Response Due
1/17/2020 9:00:00 AM
 
Archive Date
02/01/2020
 
Point of Contact
Marshall Chaplinski, Phone: 2088283128, Monica Bardsley, Phone: 2088283109
 
E-Mail Address
marshall.chaplinski@us.af.mil, monica.bardsley@us.af.mil
(marshall.chaplinski@us.af.mil, monica.bardsley@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.The Request for Quotation (RFQ) number is FA489720Q0013 and shall be used to reference any written responses to this source sought.Mountain Home Air Force Base, ID anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 336212 Truck Trailer Manufacturing. The size standard for NAICS is 1,000 Employees. The anticpiated requirement is for leasing any combination of the following: Two (2) trailers measuring 60’x24’ and one (1) trailer measuring 40’x10’ One (1) trailer consisting of eight (8) panels measuring 60’x12’ for a total assembled size of 60’x96’and one (1) trailer consisting of six (6) panels measuring 60’x12’ for a total assembled size of 60’x72’ One (1) trailer consisting of eight (8) panels measuring 60’x12’ for a total assembled size of 60’x96’, two (2) trailers measuring 46’x12’*, two (2) trailers measuring 60’x24’ and one (1) trailer measuring 40’x10’.NOTE: All trailer dimensions exclude the hitch.Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date, thickness of building and interior walls, and any related specifications/drawings.We are interested in any size business that is capable of meeting this requirement.Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the 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, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!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.Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.Responses may be submitted electronically to the following e-mail addresses: marshall.chaplinski@us.af.mil, carmela.hornbeck@us.af.mil, and monica.bardsley@us.af.mil.RESPONSES ARE DUE NO LATER THAN Friday, January 17 2020 at 10:00 am MST. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through beta.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. MONICA H. BARDSLEY Contracting Officer
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/897792edb60743688881a3c345ec1306/view)
 
Place of Performance
Address: ID-03, ID 83648, USA
Zip Code: 83648
Country: USA
 
Record
SN05513500-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.