SOURCES SOUGHT
J -- Aircraft Wash and Fleet Services
- Notice Date
- 4/25/2022 7:11:58 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301622U0144
- Response Due
- 5/2/2022 11:00:00 AM
- Point of Contact
- Wanda L. Smith, Phone: (210) 920-1410, Karen DeLorenzo, Phone: 2106711751
- E-Mail Address
-
wanda.smith.4@us.af.mil, karen.delorenzo@us.af.mil
(wanda.smith.4@us.af.mil, karen.delorenzo@us.af.mil)
- Description
- This is a sources sought synopsis only, not a pre-solicitation notice pursuant to FAR Part 5. This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10, Market Research. There is no set aside at this time. The purpose of this notice is to gain knowledge of potential qualified sources and is neither a request for quotes nor a solicitation of offers. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is possible for the Government. Responses must provide clear and concise documentation indicating a vendor's bona fide capability to provide this equipment/service. The respondent must provide a Capability Statement that addresses the organization's qualifications and ability to support and perform as a prime contractor, the work described below. In addition, include a brief resume of performance of similar services of the magnitude described below (include contact and phone number of project listed). The contractor can complete the Market Research Questionnaire included in lieu of a Capability Statement.� �Responses should contain Company Name, Address, Point of Contact, Cage Code, Phone Number, Email, address, a statement as to whether your company Is domestic or foreign owned, and Size of Business pursuant to NAICS code 488190, business size standard $35M. Responses must be received no later than 2pm Central Standard Time on 2 May 2022. Prospective vendors are cautioned that if you cannot provide the identified services outlined above, please do not respond to this notice. All prospective offerors who may be Interested in participating in a future procurement for this requirement should respond to this Source Sought Notice by responding In SAM.GOV electronic system or by contacting the individuals below: DESCRIPTION: Contractor shall provide non-personal services for aircraft wash, fleet, lavatory and aircraft generation equipment (AGE) wash services and includes only spot wash, lavatory, and fleet services for other aircraft (transient) otherwise not assigned. The Contractor shall furnish all personnel, equipment, tools, materials, supervision and other items necessary to perform the aforementioned services.� Contractor shall perform and finish a complete wash within 72 hours after receipt of tasking in accordance with Technical Order 1C-5A-23-1, Section 4. Complete wash includes Aircraft Wash Preparation, Exterior Cleaning, Hayloft, Under Cargo Floor Area (Bilge), C-5 Clear Water Rinse, C-5 large Area Cleaning, and Interior Cleaning of Flight Station Relief Crew, Crew Courier Compartments, Troop Compartment, Cargo Compartment, Forward Under-Floor, and Aft Under Floor. Aircraft assigned are the C-5 and C-5M Galaxy. Examples of other aircraft that may require spot wash, lavatory, and fleet services includes, but are not limited to, are the C-17, C-130, KC-135, KC-10 and any transient aircraft supporting or visiting, unless noted elsewhere in the contract. Fleet services will comply with standards stated in Air Force Instruction 24-605V2.�� All work shall be done in accordance with technical order directives, federal, state, and local laws and regulations.� Performance location is Joint Base San Antonio-Lackland. ESTIMATED CONTRACT DURATION: 5-year period Period of Performance is 1 Oct 2022 through 30 Sep 2027. All information submitted should fully support the vendor's definite capability to provide the supplies/services required, and shall be furnished at no cost or obligation to the Government. Verbal responses are not acceptable and cannot be considered. Any interested party requiring additional information may inquire with the below point of contact This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government.� The Government will not reimburse contractors for any cost incurred for their participation in this survey. Respondents will not be notified of the results of the information; however, the Contracting Officer will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in government documents must be clearly identified. �Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine the applicable planning and acquisition strategy based on responses indicating capability in responding to this requirement
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/428bcaf5202a49c9a053737bd99fb317/view)
- Place of Performance
- Address: JBSA Lackland, TX 78236, USA
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN06307291-F 20220427/220425230102 (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 |