SOURCES SOUGHT
J -- SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
- Notice Date
- 12/4/2025 1:03:20 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA4497 436 CONS LGC DOVER AFB DE 19902-5016 USA
- ZIP Code
- 19902-5016
- Solicitation Number
- FA4497-26-R0001-ISO
- Response Due
- 12/15/2025 9:00:00 AM
- Archive Date
- 12/30/2025
- Point of Contact
- 2d Lt Travis Ambrose, Phone: 3026775033, Charidy Vessels, Phone: 3026775042
- E-Mail Address
-
travis.ambrose.1@us.af.mil, charidy.vessels@us.af.mil
(travis.ambrose.1@us.af.mil, charidy.vessels@us.af.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Description
- THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. 1. Overview: This Sources Sought (SS)/Request for Information (RFI) is issued solely for market research purposes to determine potential sources. This notice does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB), and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. Respondents will not be notified of the results since this is an RFI announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government is not at this time seeking proposals and will not accept unsolicited proposals. Not responding to this RFI does not preclude participation in any potential future RFQ. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement. The purpose of this notice is to conduct market research, a continuous process for collecting and analyzing information about capabilities within the market to satisfy agency needs. The acquisition strategy has not yet been determined, and market research results will assist in determining the direction this acquisition may take. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. All responses shall comply with the criteria established in this RFI to be considered for review. 2. Purpose: The Government is performing market research to support acquisition strategy decisions as they relate to determining if a small business set aside is appropriate as well as the best execution method. Therefore, we further invite offerors to provide a capability statement in response to this requirement as well as the information below. Prospective contractors shall be registered in the System for Award Management (SAM) prior to the award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/. 3. Description of Requirement: Reference �Attachment 1 � Performance Work Statement� for a description of the subject requirement. 4. Projected Period of Performance: Base 8-Month Period: 1 Mar 2026 to 30 Sep 2026 Option Year 1: 1 Oct 2026 to 30 Sep 2027 Option Year 2: 1 Oct 2027 to 30 Sep 2028 Option Year 3: 1 Oct 2028 to 30 Sep 2029 Option Year 4: 1 Oct 2029 to 30 Sep 2030 5. Current Contract: Current Contract: FA449721C0012 Incumbent Contractor: D. Gillette Industrial Services Inc. (CAGE: 68ME8) 1510 Richmond RD, Easton, Pennsylvania 18040-8430, United States 6. Description of Market Research: Based on market research conducted, the Government has identified only one responsible source available to perform on this contract: Federal Integration Team, Inc. (CAGE: 839J3). Due to the limited availability of parts and highly specialized nature of Kern Steel Fabrication�s Isochronal Maintenance Stand, no other sources for this acquisition have been determined responsible. Under Federal Acquisition Regulation (FAR) Overhaul 19.108-11(a)(2), the current requirement has been released from the Small Business Administration�s (SBA) 8(a) Business Development program and must be set-aside under the Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB), or Service-Disabled Veteran-Owned Small Business (SDVOSB) programs. Market research has identified the SDVOSB program as the most appropriate set-aside for the subject acquisition. Offerors may reference sections 1, 2, 7, and 8 for information on providing industry responses regarding the Government�s current evaluation of the market. 7. Responses must address the following: a. Name, address, CAGE Code, SAM UEI, and main point of contact of your company. b. Provide a capability statement to show the ability to meet requirement. Due to the highly specialized nature of the subject requirement, your capability statement must provide a minimum of 5 years of past performance completing work on Kern Steel Fabrication�s Isochronal Maintenance Stands for the C-5 Galaxy. c. Specify your business type (large business, small business, Small Disadvantaged Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB), Economically Disadvantage Woman-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) based upon NAICS 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. Specify all that apply. d. The anticipated NAICS is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The anticipated Product Service Code (PSC) is J017. Please provide information if the NAICS/PSC is correct or if a different NAICS/PSC is a better fit. Please specify the different NAICS/PSC, if applicable, and explain why. e. Does your company currently provide these services under an existing contract such as an Indefinite Delivery Indefinite Quantity (IDIQ) or Government-Wide Acquisition Contract? If so, please provide the contract number, point of contact name/number, and managing agency (e.g., Air Force, DoD, GSA). f. Identify any projects completed in the past five years for the same or similar scope to help determine capability and capacity in meeting the requirement for the services. Include any Government contracts (Federal, State, or local) awarded for this type of requirement. Include the contract number and a government point of contact. Identify if the work was as the prime contractor or a subcontractor for these projects and their dollar values. 8. Industry Response: All responses shall be received by 15 December 12:00 PM EST. No extension to the response date will be considered. Send responses via e-mail to 2d Lt Travis Ambrose at travis.ambrose.1@us.af.mil, Ms. Charidy Coppes Vessels at charidy.vessels@us.af.mil, and 436CONS.PKB.ORG@us.af.mil by the response date. Responses shall be no more than TWO 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 reserves the right to only review the first two pages and may disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. 9. Questions: Any questions regarding this Sources Sought can be directed to both the CO and CS listed above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9bba619144ea4f8bb256a71fdd9fec3c/view)
- Place of Performance
- Address: Dover AFB, DE 19902, USA
- Zip Code: 19902
- Country: USA
- Zip Code: 19902
- Record
- SN07658160-F 20251206/251204230039 (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 |