Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOURCES SOUGHT

99 -- Safety Valves

Notice Date
1/13/2020 10:02:13 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433 USA
 
ZIP Code
45433
 
Solicitation Number
FA8601-20-R-0013
 
Response Due
1/28/2020 9:00:00 AM
 
Archive Date
02/12/2020
 
Point of Contact
Sarah Shepherd, Phone: 9375224503
 
E-Mail Address
sarah.shepherd.2@us.af.mil
(sarah.shepherd.2@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-20-R-0013 The United States Air Force, LCMC/ Operational Contacting Division, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBzone, Women-Owned (WO) and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing the equipment, labor, and supervision required to perform annual inspections of all safety valves and relief valves for boilers at the designated locations on Wright- Patterson Air Force Base as defined in the attached Draft Performance Work Statement (PWS).� Firms that respond shall specify that their capabilities meet the specifications provided below and in the attachment and provide detailed information to show clear technical compliance. Additionally, performance history, including recent commercial customers, shall be included to determine commerciality.� Detailed Specifications are listed in the attachment identified below: Draft Performance Work Statement �Performance Work Statement to Remove, Repair/Overhaul, Set, Test, and Reinstall Safety Valves for Boilers Located in Area A at Buildings 31240 & 34019 and Area B at Buildings 20770 & 20080�- (dated 20 December 2019) All interested firms shall submit a response demonstrating their capability to provide this service to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 811310, �Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance�, with a small business size standard of $7.5M.� Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, WO, and HUBZone small business).� Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort.� The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. �All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� No set-aside decision has been made.� Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.� Any information submitted by respondents to this sources sought synopsis is voluntary.� This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES PACKAGE: Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel, as outlined in the attached Draft PWS. Capability packages must not exceed 25 pages. Responses should include the following: 1. Company name, physical and mailing address; 2. Point of contact with phone number and email address; 3. Statement of your intention to submit a bid for this requirement as a Prime contractor; 4. A statement as to whether your company is domestically or foreign owned or controlled (if foreign, please indicate the country), and whether use of any foreign national employees are contemplated on this effort; 5. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided; 6. Statement as to your capability (including financial) and capacity to perform and manage the work; 7. Statement explaining how your company will perform this work; 8. Statement clearly describing your related background and experience with safety valves and relief valves for boilers, to include contract numbers, project titles, dollar amounts, and points of contact; 9. Statement of business size in relation to the size standard stated above: 10. Statement of socio-economic status (e.g. large, small, 8(a), HUBZone, Service-Disabled Veteran-Owned small business, etc.); 11. Provide Dun & Bradstreet (DUNS) number and Commercial and Government Entity (CAGE) Code; � Advertising or marketing information is NOT appropriate. Responses may be submitted electronically to the following e-mail address: sarah.shepherd.2@us.af.mil. All correspondence sent via email shall contain a subject line that reads ""FA6801-20-R-0013 Safety Valves."" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses may also be mailed to: AFLCMC/PZICC ATTN: SARAH SHEPHERD 1940 Allbrook Dr., Room 109 Wright-Patterson AFB, OH 45433-5309 RESPONSES ARE DUE NOT LATER THAN 28 JANUARY 2020 BY 12:00 PM EDT.� Direct all questions concerning this acquisition to Sarah Shepherd: sarah.shepherd.2@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/98e0516627aa43d3ade17ddb94961461/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05533594-F 20200115/200113230303 (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  © 1994-2020, Loren Data Corp.