Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2012 FBO #3805
SOURCES SOUGHT

34 -- HEAVY EQUIPMENT CORROSION CONTROL - Corrosion Control SOW

Notice Date
4/23/2012
 
Notice Type
Sources Sought
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
MONTGOMERY-554RHS-CORROSIONCONTROL
 
Point of Contact
Reketta L. Montgomery, Phone: 6713663687
 
E-Mail Address
reketta.montgomery@us.af.mil
(reketta.montgomery@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Corrosion Control SOW This is a SOURCES SOUGHT NOTICE (not a Presolicitation notice pursuant to FAR Part 5) to identify sources that can perform corrosion control of painting, touch-up, and/or rust proofing of specific vehicles of the 554th Red Horse Squadron on Andersen AFB, Guam. Responses are due by 1900 EST on Monday, 30 April 2012. The contractor shall perform services and provide the products specified in this Statement of Work (SOW) to the United States Air Force for the painting, touch-up, and/or rust proofing of specific vehicles of the 554th RED HORSE squadron at Andersen AFB, Guam. Services will include rust/oil/loose paint/grease removal, rust repair, priming, the covering and/or protection of parts of the vehicle not requiring paint or rustproofing (i.e. lights, windows, data plates, tires, plastic trim, plated trim), the application of a polyurethane based paint in accordance with original vehicle color specifications (unless marked with an asterisk; then color "Performance Red" code ES used to paint 1993-2001 Ford vehicles), the replacement of all removed decals and parts, and the application of a vehicle rustproofing material as required The contractor must provide a technical solution in accordance with the best professional practice to show clearly and concisely the type and extent of work to be performed. The Government reserves the right to modify the parameters defined in this SOW as necessary during the review process to maintain the cost, schedule and scope of the contract. Please see attached SOW. The 36th Contracting Squadron (36 CONS/LGCB) is seeking information to identify sources to meet this requirement. Based on the outlined requirement, is your company interested and capable of providing this service? The anticipated contract type is firm fixed price service contract. The duration of the contract is anticipated to be base year plus 4 option years. The NAICS for this project is expected to be 811121 with a $7 million size standard. This procurement will be a competitively awarded set aside for total small businesses. All potential sources are asked to submit capability packages expressing their interest. The capability packages must be clear, concise, complete and limited to no more than ten (10) pages, and shall include, at a minimum: (1) name and address of firm; size/ownership, i.e. large, small, small disadvantaged, 8 (a), disabled-veteran, veteran, woman owned, and Hubzone; (2) number of years in business; (3) a point of contact with name, title, phone, fax, and email; (4) cage code and DUNS number (if available); (5) identify if you are a GSA schedule holder; affiliate contractor (if potential sub) or subcontractors (if potential prime); experience and familiarity with providing the requested services. This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute a Request for Proposal, and is not considered a commitment by the government. The government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. Respondents capable of satisfying the requirement stated herein should respond electronically to primary POC Reketta Montgomery via email at reketta.montgomery@us.af.mil or alternate POC Andrew Grocott at andrew.grocott@us.af.mil by 1900 Eastern Standard Time on Monday, 30 April 2012. Responses should contain Company Name, Address, Point of Contact, Email, Phone Number, Cage Code, Size of Business pursuant to NAICS Code 811121 (size standard $7 million), and an abbreviated listing of capabilities/credentials. Place of Performance: Andersen AFB, Yigo, Guam 96929
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/MONTGOMERY-554RHS-CORROSIONCONTROL/listing.html)
 
Place of Performance
Address: Andersen AFB, Guam, Yigo, Guam, 96543, United States
Zip Code: 96543
 
Record
SN02728410-W 20120425/120423234618-6e949dfa70ad104ba1bfba4170993a25 (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.