SOLICITATION NOTICE
R -- Dormitory Furnishing Management Services
- Notice Date
- 6/4/2010
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
- ZIP Code
- 88103-5109
- Solicitation Number
- FA4855-10-R-0012
- Point of Contact
- Kenneth D. Williamson, Phone: 5757844479, Dawn M. Armant, Phone: 5757844518
- E-Mail Address
-
kenneth.williamson1@cannon.af.mil, dawn.armant@cannon.af.mil
(kenneth.williamson1@cannon.af.mil, dawn.armant@cannon.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. THIS IS A PRE-SOLICITATON/MARKET RESEARCH/SOURCES SOUTGHT ANNOUNCEMENT TO BE USED TO DETERMINE THE AVAILABILITY OF SMALL BUSINESS CATEGORIES, FOR POTENTIAL SET-ASIDES. NO AWARDS WILL BE MADE FROM THIS ANNOUNCEMENT. ALL RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR THE FUTURE ACQUISITION OF DORMITORY FURNISHING MANAGEMENT SERVICES. 2. Contractor shall provide all management, tools, equipment, and labor necessary to ensure that dormitory furniture management services are performed in a manner necessary to satisfactorily operate the Base Furnishings Management Office and maintain Government - furnished property in support of Cannon Air Force Base as defined in the Performance Work Statement. 3. The contractor shall be responsible for four Functional areas which include Financial Management, Warehouse Management, Accountability, and Furnishing Repair. This is a commercialized firm fixed price requirements contract with a performance period of 1 August 2010 through 31 July 2011 with four (4) one-year options. This proposed procurement is 100% small business set-aside. The applicable North American Industry Classification (NAICS) code for this acquisition is those concerns and its affiliates under "561210" and is defined as a concern whose average annual receipts for the preceding fiscal years did not exceed $35.5 million. This acquisition will be solicited in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. The Government will select the best overall offer, based upon an integrated assessment of Past Performance and Price. Price/cost and past performance will be evaluated utilizing a PPT process. Award will be made to the acceptable/responsible offer considered to be the offeror who will provide the best value to the Government and has received a "Substantial Confidence" assessment rating during the PPT assessment. Past performance is significantly more important than price. Price will be evaluated for realism, completeness, and reasonableness. Offerors are cautioned that award may not be made to the Offeror submitting the lowest cost. Offerors are also advised that award may be made without discussions or any contact concerning the proposal received. Therefore, proposals should be submitted in the most favorable terms from all evaluation factors. Request for Proposals will be tentatively issued on or about 15 June 2010 with receipt of proposals tentatively scheduled on or about 15 July 2010 at 2:00 P.M. MDST. A pre-proposal conference/site visit is tentatively scheduled for 8 July 2010 at 8:00 A.M. MDST at the 27th Special Operations Contracting Squadron, Bldg 600, Room # 1140A. 4. All interested parties are invited to provide the following information for your company/institution and for any teaming or joint venture partners, provide examples of past experience on projects from Department of Defense, State and Local agencies that are similar in scope. Provide description, dollar value and government activity (i.e., West Point, City of New York, etc.): A. Company/Institute Name and CAGE code. B. Mailing Address. C. Point of Contact (to include phone/fax and e-mail). D. Web site, if applicable. E. State if your company is registered under NAICS or not. F. State whether your company is small, small disadvantaged, woman-owned small, HUB-Zone, 8(a) certified business concern, service disabled veteran owned, or etc. G. State the size of your company in terms of personnel. H. Degree of experience. I. Briefly describe how your company can satisfy the requirements described above, and your associated technical capabilities in 5 pages (one-sided, 12 pitch, Times New Roman) or less. 5. This notice will be posted on the Federal Business Opportunities (FedBizOps) website at www.fbo.gov. Paper copies will not be available. Prospective Contractors must register on the FedBizOps site in order to receive notification to changes in the solicitation. Any prospective Contractor must be registered in the Central Contractor Registration (CCR) database (http://www.ccr.dlsc.dla.mil) in order to be eligible for award. All responsible sources may submit an offer that will be considered. Responses relative to this announcement should be sent no later than Friday 18 June 2010 and shall be submitted to all the following: Contract Specialist Kenneth D. Williamson, kenneth.williamson1@cannon.af.mil, Contracting Officer, Ms. Dawn Armant at dawn.armant@cannon.af.mil, or Contracting Officer, Ms. Brenda McPherson at brenda.mcpherson@cannon.af.mil in Microsoft Word 2003 (or above). Question relative to this market research will be answered during the site visit and should be sent electronically a minimum of three (3) days prior to the site visit to Kenneth D. Williamson. NO PHONE INQUIRES. All communication shall be in writing by referencing FA4855-10-R-0012. DO NOT MAIL. Place of Performance: Cannon AFB, NM, United States. Primary Point of Contact: Kenneth D. Williamson, Contract Specialist kenneth.williamson1@cannon.af.mil Fax: 575-784-1147.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-10-R-0012/listing.html)
- Place of Performance
- Address: 27 Specail Operations Wing, Cannon Air Force Base, New Mexico, 88103-4214, United States
- Zip Code: 88103-4214
- Zip Code: 88103-4214
- Record
- SN02168681-W 20100606/100604234739-d865414b8c589c24d5be755e4c63f34a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |