Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2019 SAM #6593
SOURCES SOUGHT

W -- Short Term Motorhome Rental

Notice Date
12/16/2019 4:20:33 AM
 
Notice Type
Sources Sought
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
FA4809 4TH CONS SQDN CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
 
ZIP Code
27531-2456
 
Solicitation Number
FA480920Q9999
 
Response Due
12/18/2019 12:00:00 PM
 
Archive Date
01/02/2020
 
Point of Contact
Michael J Demers, Phone: 9197221762, Christine Docker, Phone: 9197221750
 
E-Mail Address
michael.demers.4@us.af.mil, christine.docker.2@us.af.mil
(michael.demers.4@us.af.mil, christine.docker.2@us.af.mil)
 
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 FA480920Q9999 and shall be used to reference any written responses to this source sought.Seymour Johnson Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 532120. The size standard for NAICS is $41,500,000.00The requirement is to provide 4 motorhomes that can sleep 7 personnel each for the period of 13-20 Jan 2020. Motorhomes will need to be delivered to Seymour Johnson AFB on 12 Jan 2020 and picked up on 21 Jan 2020.Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, 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 should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.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 address: michael.demers.4@us.af.mil and christine.docker.2@us.af.mil. Telephone responses will not be accepted.Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dd7cbace65bc4524aca40caaeb3577bb/view)
 
Place of Performance
Address: 26880, NC 27531, USA
Zip Code: 27531
Country: USA
 
Record
SN05518116-F 20191218/191216230256 (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.