Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2010 FBO #3157
MODIFICATION

56 -- Operate COCESS at Vandenberg AFB - Statement of Work (SOW)

Notice Date
7/15/2010
 
Notice Type
Modification/Amendment
 
NAICS
444130 — Hardware Stores
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-10-R-0004
 
Archive Date
5/31/2011
 
Point of Contact
Vanessa Lechon, Phone: 8056052484, Sandra A Odem, Phone: 805-605-0488
 
E-Mail Address
vanessa.lechon@vandenberg.af.mil, sandra.odem@vandenberg.af.mil
(vanessa.lechon@vandenberg.af.mil, sandra.odem@vandenberg.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources sought questionnaire, revision 1 dtd 15 Jul 10. The SOW has been revised to include language on the use of a fixed-priced item list (approx. 3800+ items). COCESS - Sources Sought (REVISION 1-PLEASE READ IN ITS ENTIRITY) This is a Sources Sought Notice only. No solicitation is being issued at this time. 30 CONS/LGCB is seeking commercial sources with the technical expertise to provide a Contractor-Operated Civil Engineer Supply Store (COCESS) for the 30th Civil Engineer Squadron at Vandenberg AFB, CA. The general description of services is as follows: The contractor shall provide all necessary labor, supervision, equipment, supplies, and materials (except those items identified in the Statement of Work (SOW) as Government-furnished) to support a COCESS located on Vandenberg AFB, CA. The contractor shall acquire, issue, deliver, and store, for use by authorized Government personnel, a variety of materials, equipment, parts, and supplies for construction, facility maintenance, and repair. It is anticipated that the contract performance period will include a base period of eleven months (1 Nov 2011 - 30 Sep 2012) and four one-year option periods (extending through 30 Sep 2016) exercised at the unilateral right of the Government. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 444130. The size standard for NAICS 444130 is 500 employees. However, offerors are referred to FAR 19.001, Definitions, Nonmanufacturer rule, which impacts an offerors' representation of socio-economic business status (i.e. large business, small business, etc.). Due to the requirements of the application of the nonmanufacturer rule, the Government anticipates this acquisition will be conducted under FAR 6.1, Full and Open Competition. The Government requests interested parties submit a brief description of capabilities, anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Contractors may be afforded a one-on-one opportunity to discuss suggestions, ideas, and comments regarding the proposed acquisition. Based on number of interested parties for the one-on-one opportunity, the Government may sponsor an industry day. This forum would provide insight on the requirement. Written confirmation of interest in attending a one-on-one session, should be provided by e-mail to Vanessa Lechón at vanessa.lechon@vandenberg.af.mil and Sandra Odem at sandra.odem@vandenberg.af.mil. Fax number is (805) 606-5193. If one-on-one sessions are scheduled, it will be for established dates/times by return e-mail, on a first-come-first-choice basis. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Statement of Work (SOW) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the SOW. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Interested firms are requested to utilize the attached form when responding to this notice. Please limit your response to no more than five (5) pages inclusive of the provided form and your response. Responses must be submitted in writing NLT 22 July 2010. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft SOW posted with this notice is subject to change; the formal version of the SOW will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation. Submissions to this notice may be mailed to Vanessa Lechón or Sandra Odem, 30 CONS/LGCB, 1515 Iceland Ave Room 150, Vandenberg AFB, CA 93437-5212, faxed to (805) 606-5867, or sent via email (preferred) to vanessa.lechon@vandenberg.af.mil and sandra.odem@vandenberg.af.mil. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (805) 605-2484 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-10-R-0004/listing.html)
 
Place of Performance
Address: Bldg 11152, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02206603-W 20100717/100715234841-81ac227595d649859b8928ba6a2c0870 (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 |
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.