Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2025 SAM #8465
SOURCES SOUGHT

Z -- Investigation, Upgrade, or Replacement of Scully Intellitrol Systems on Various Military Installations Worldwide

Notice Date
1/28/2025 2:11:29 PM
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
 
ZIP Code
78236-9861
 
Solicitation Number
FA8903-25-SS-0001
 
Response Due
2/13/2025 8:00:00 AM
 
Archive Date
02/28/2025
 
Point of Contact
Johanna Pike
 
E-Mail Address
johanna.pike.1@us.af.mil
(johanna.pike.1@us.af.mil)
 
Description
SOURCES SOUGHT NOTICE: Investigation, Upgrade, or Replacement of Scully Intellitrol Systems on Various Military Installations Worldwide. Solicitation Number: TBD Notice Type: Sources Sought Synopsis: Notice: This is a Sources Sought Notice to determine potential sources for information and planning purposes only. This is not a solicitation. Market research is being conducted to determine Industry Capability and to determine if this effort may be set-aside for Small Business including any SBA socioeconomic categories, or if the requirement should be competed as Full and Open. The proposed North American Industry Classification Systems (NAICS) Code is 237120, which has a corresponding Size standard of $45M. The Government will use this information in assessing the best acquisition strategy for this procurement and is interested in all small businesses to include: 8(a), Service-Disabled Veteran-Owned; HUBZone; and Women-Owned small business concerns. It is requested that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Program Details: The Air Force is issuing this inspect and replace/upgrade effort sources sought announcement as part of a market research survey to determine if additional sources exist that could become qualified for an upcoming project concerning Investigation, Upgrade, or Replacement of Scully Intellitrol Systems on Various Military Installations Worldwide. Responses to this Notice shall consist of an initial white paper (not to exceed 10 pages). The responses shall include (1) the offeror�s resources and functional capabilities to perform this effort, (2) Describe the offeror�s Key Personnel and teaming arrangement/partnering in relation to this requirement and (3) Any technical challenges and any current relationship with Scully and ability to install on behalf of Scully (4) Industry pricing on LOE and from Scully 1 to 2. The offeror�s capabilities shall be developed in accordance with Unified Facilities Guide Specifications (UFGS) 33 57 55 2.6.5, Unified Facilities Criteria (UFC) 3-460-01 Change 3 3-4.2.2 g, 4-3.2.5 e, and applicable federal, state, local, service or host nation requirements. The overall scope of work under this IDIQ consists of two phases and TO�s may include portions of each phase. Phase 1 consists of site investigations at approximately 147 locations (CONUS/OCONUS) to identify current configurations and replacement/upgrade requirements, and to provide site investigation reports outlining everything required to do the upgrade. This would be a detailed report to include linear feet of conduit, any conduit relocation if required, explosion proof control boxes needed, new Scully modules needed and an accurate cost estimate, etc. Design-Build Phase I work will be defined in a Request for Proposal (RFP)/award and will be negotiated prior to task order award. Following analysis of the Phase I reports and CO�s approval, Phase 2 consists of replacement/upgrade of the Scully Intellitrol systems, associated conduit, and electrical components. Interested firms who feel they possess the necessary capabilities should respond by providing the following information to the Government Point of Contact below. Responses should include the following information: your firm�s point of contact, address, telephone, and fax numbers; email address; UEI, cage code, and/or tax ID number; your firm�s size (e.g., Small Business, Other Than Small Business); any SBA certified socioeconomic certifications your firm has (e.g., Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Historically Underutilized Business Zone, and/or 8(a)); a brief summary of your firm�s capabilities; description of your firm�s facilities, your firm�s personnel, and related manufacturing experience (refer to the white paper listed above). Responses to this notice are due on or before the posted Response Date. All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities. This announcement is NOT a Request for Proposal (RFP), an Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government to issue a formal solicitation or ultimately award a contract. There will be no reimbursement for any information provided to the Air Force. Government Point of Contact: Please send all correspondence to the following: Renae Siewert, via email at dalam.siewert.1@us.af.mil, and Johanna Pike at johanna.pike.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fce8b7d8181e4fa6a4dad4d0d758c2b2/view)
 
Record
SN07325687-F 20250130/250128230110 (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.