Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOURCES SOUGHT

V -- VC-140 Relocation

Notice Date
5/16/2023 8:40:16 AM
 
Notice Type
Sources Sought
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
FA2860231109
 
Response Due
5/24/2023 9:00:00 AM
 
Point of Contact
Jessee Vasquez Arguera, Phone: 240-612-5679, Alexis Huggins, Phone: 2406124975
 
E-Mail Address
jessee.vasquez_arguera@us.af.mil, alexis.huggins@us.af.mil
(jessee.vasquez_arguera@us.af.mil, alexis.huggins@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. THIS IS FOR 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. Andrews 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 is 484220. The size standard is $34.0 million dollars. The purpose of this procurement is to acquire services to relocate a VC-140 Jetstar from its current location within Joint Base Andrews, building B1245 and installed between buildings B1417 and B1419 on existing pylons. The contractors shall be required to disassemble (as required), transport and reassemble the aircraft and shall comply with all federal, state and local environmental laws, rules and regulations. Please indicate if aircraft repair and repaint is something that can also be provided. Please see Sources Sought for VC-140 Aircraft Repair and Relocation. Reponses to this Sources Sought request should reference �Aircraft Relocation"" and shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable. 3. Size of business � Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs. 4. Capability statement displaying the contractor�s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought. 5. The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 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. All responses to this notice are to be submitted by 12:00 PM Eastern Standard Time, on 24 May 2023. Responses will be accepted via electronic means only to jessee.vasquez_arguera@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dfaedb8000f74dbc8637a00184a6269a/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN06684635-F 20230518/230517212027 (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.