Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2024 SAM #8251
SOURCES SOUGHT

99 -- F&ES PPE Care and Maintenance Services - West Region

Notice Date
6/28/2024 10:03:05 AM
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
 
ZIP Code
32403-5322
 
Solicitation Number
FA8051-CareMaintWestRegion
 
Response Due
7/29/2024 8:00:00 AM
 
Archive Date
08/13/2024
 
Point of Contact
Randall Jones, Phone: 8502836375, NIKITA CHANDIRAMANI, Phone: 8502836854
 
E-Mail Address
randall.jones.16@us.af.mil, nikita.chandiramani@us.af.mil
(randall.jones.16@us.af.mil, nikita.chandiramani@us.af.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � AFICC 772d ENTERPRISE SOURCING SQUADRON � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � SOURCES SOUGHT NOTICE 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION PURPOSES ONLY. �This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government.� Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation.� A solicitation does not presently exist. � 2. The United States Air Force (USAF) has a requirement in support of Directorate of Headquarters Air Force Civil Engineer Center (HQ AFCEC) for the cleaning, care, and maintenance of Fire and Emergency Services (F&ES) Personal Protective Equipment (PPE).� The intent is to award a 3-year Decentralized - Indefinite Delivery Indefinite Quantity regional contract (West Region) for the acquisition of commercial Independent Service Providers (ISP) for inspection, cleaning, maintenance, alterations, and repairs on F&ES PPE with the first order for the new IDIQ being made in late Fiscal Year (FY) 2024 or FY 2025. 3. The anticipated North American Industry Classification System (NAICS) Code 812332 � Industrial Launderers. The small business size standard for this NAICS is $47 million. 4. Government Purchase Card transactions and Delivery Orders will fluctuate dependent on USAF needs. The USAF expects contractor to maintain approximately 20,000 PPE sets (ensemble, hoods, helmets & boots) per year to include inspection, cleaning, maintenance, alterations, and repairs. 5. The Government is performing market research primarily to locate firms with the capability to execute the requirements in the attached Performance Work Statement (PWS).� All business concerns are encouraged to provide a capability statement in response to this requirement. It is required for all contractors to be registered to do business with the Government in SAM before any award will be made. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/SAM/pages/public/index.jsf.� This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation costs. 6. In order for the USAF to better understand the capabilities of the industry, please address the following questions: a. Can the contractor confirm they are an authorized third party verified Independent Service Provider (ISP) IAW NFPA 1851, and certified to provide service on all applicable brands of equipment, to include warranty repair and any legacy equipment brands or any potential new items procured while under this contract? b. Can the contractor provide the past three years of Third-Party Certifications IAW NFPA 1851? c. Can the Contractor perform advanced inspection IAW NFPA 1851, with the exception of NFPA 1851, paragraph 6.3.5.1(5), requiring evaluation of system fit and coat/trouser overlap. d. Can the Contractor perform advanced cleaning IAW NFPA 1851? e. Can the Contractor perform specialized cleaning IAW NFPA 1851? f. Can the Contractor perform repairs IAW NFPA 1851 and manufacturer�s guidance? g. Can the contractor ensure all products, fabrics, and materials provided are Berry Amendment Compliant manufactured according to applicable Trade Agreements IAW 10 United States Code 2533a IAW DFARS 225.7002-1? h. Is the contractor certified and registered to ISO Standard 9001 to assure a satisfactory level of quality? i. Does the contractor have an automated or electronic platform for order processing? 7. Interested parties who can provide these services and products should submit in writing an affirmative response, which includes as a minimum the following information: ����������� a. Can the contractor provide evidence that they can perform IAW the SOW (indicate YES or NO and provide evidence) in the Western Region. � � � � � � b. What is the name of your business and Cage Code? ����������� c. What is your business address? ����������� d. Provide a point of contact to include telephone number and email address. ����������� e. Provide a Web Page URL. ����������� f. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market? ����������� g. Provide an additional NAICS code with justification that you would recommend as being more applicable. �������� h. Specify your business type (SBA certified Small Business, Small Disadvantaged Business, 8(a) Certified Small Business, HUBZone Small Business, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business) based upon NAICS 812332.� Specify all that apply. � � � � �i. Please provide your assessment on whether subcontracting opportunities are available and what goals would be appropriate.� Please include supporting rationale.� � � � � �j. Identify any projects completed in the past three (3) years for the same or similar items to help determine your firm�s capability in meeting the requirement for the items listed.� Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact.� Please also provide subcontracting percentages and dollars for the projects identified. � � � � �k. Is this service available on a GSA Schedule?� If so, please provide the GSA Schedule number and special item number.� If GSA is in the process of awarding a schedule for this service, please provide the GSA point of contact name and phone number. � � � � �l. Are you able to provide a cataloged price list of your services? � � � � m. Briefly describe the capabilities of your company, its facilities, and the nature of the equipment, components, shipping and services your company provides as it relates to the Performance Work Statement (PWS). Are there any commercial business practices that are unique to your industry? If so, please describe. � � � � n. What is the level or extent of coverage in your company�s standard commercial warranty for the F&ES PPE specified in the PWS? � � � � �o. Do you have any other comments or suggestions that you would like to share with us? �������� p. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture?� �������� If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513. � � � � �q. Are you able to perform work in house as a small business to be complaint with FAR 19.505 Limitations on Subcontracting? If so, please explain how. 8. The Government strongly encourages any firms interested in such work to submit a capability statement that addresses, as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. All such responses will be considered by the agency. Responses shall be submitted electronically to the Contracting Officer, Mr. Randall Jones (randall.jones.16@us.af.mil) and Section Chief, Ms. Nikita Chandiramani (nikita.chandiramani@us.af.mil). 9. The Government strongly encourages any firms interested in such work to submit a capability statement that addresses, as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. 10. All responses shall be received no later than 29 July 2024, 1000 CST. Responses shall be no more than 20 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 20 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitted in writing via email to the Contracting Officers in this Notice. Attachments: 1. FES PPE PWS Care-Maint Svcs � West Region DRAFT 2. Care-Maint Service West Region Coverage 3.� USAF Fire Station List 2024 � West Region
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/698c34d9851743d2a7c62d8e9ef0de0b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07112829-F 20240630/240628230127 (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.