SOURCES SOUGHT
35 -- Basewide Appliances - PWS/Questionnaire
- Notice Date
- 6/20/2012
- Notice Type
- Sources Sought
- NAICS
- 532210
— Consumer Electronics and Appliances Rental
- 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
- FA4610-12-R-0019
- Archive Date
- 7/20/2012
- Point of Contact
- Stephen J. Hernandez, Phone: 8056057040
- E-Mail Address
-
stephen.hernandez@vandenberg.af.mil
(stephen.hernandez@vandenberg.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Base Appliances Sources Sought Questionnaire Performance Work Statement Sources Sought Notice Basewide Appliances This is a Sources Sought Notice only. No solicitation will be issued at this time. This synopsis is issued for the sole purpose of the 30th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified sources capable of providing all management, personnel, equipment, tools, materials, supervision, labor and other items and services necessary to provide leased washers & dryers and perform services calls, repairs and preventive maintenance on Government-owned appliances at various base organizations/locations at Vandenberg AFB (VAFB), California. It is anticipated that the contract performance will include a base period of one-year (1 Oct 2012 - 30 Sep 2013), four one-year option periods (extending through 30 Sep 2017), and one six-month extension extending through 31 Mar 2018. Options and the extension are to be exercised at the unilateral right of the Government. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 532210, Consumer Electronics and Appliances Rental. The size standard for NAICS 532210 is $7M. The government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses, or, if applicable based on NAICS code, Women Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, Women Owned Small Business or small business) anticipated teaming arrangements (i.e. prime/sub, etc), and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Interested parties are encouraged to respond to this notice utilizing the provided Sources Sought Questionnaire. Responses should reference evidence of relevant experience in the requirements described above and in the draft PWS posted with this notice and should include, at a minimum, the following information: brief description of any relevant contracts (commercial or government), contract numbers, contract dollar values, dates of performance, number and type of personnel involved. This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. Interested parties are therefore encouraged to submit industry comments, suggested changes to the draft PWS and commercial practices the Government should consider implementing for this acquisition. This acquisition will be set aside for small business if enough small business firms can demonstrate qualifications to perform the required services and such firms express an interest in proposing; otherwise, this acquisition may be solicited under full and open competition. Additional information, as it becomes available, will be posted for viewing on FedBizOpps at http://www.fedbizopps.gov/. 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 these sites for release of any future synopses and/or release of the solicitation. Preferred submission method is via email to: SrA Stephen Hernandez at stephen.hernandez@vandenberg.af.mil and Sandra Odem at sandra.odem@vandenberg.af.mil. Alternatively, submissions may be mailed to 30 CONS/LGCB, Attn: SrA Stephen Hernandez, 1515 Iceland Ave, Bldg 8500, Rm. 150, Vandenberg AFB, CA 93437-5212.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-12-R-0019/listing.html)
- Place of Performance
- Address: Vandenberg AFB, CA 93437-5212, Vandenberg AFB, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN02780557-W 20120622/120620235032-e4395c9fa83f30e3814e8eee34d6e65a (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 |