SOURCES SOUGHT
J -- Hard Chrome, Electroless Nickel, and Gold Cadmium Plating - Draft PWS
- Notice Date
- 6/11/2015
- Notice Type
- Sources Sought
- NAICS
- 332813
— Electroplating, Plating, Polishing, Anodizing, and Coloring
- 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
- RFI_VAFB_Hard_Chrome_Plating
- Archive Date
- 9/30/2016
- Point of Contact
- Edwin M. Dela Cruz, Phone: 8056062629, Vanessa Lechon,
- E-Mail Address
-
edwin.delacruz.1@us.af.mil, vanessa.lechon@us.af.mil
(edwin.delacruz.1@us.af.mil, vanessa.lechon@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Questionnaire to be filled out to explain contractor's capability for this requirement. Draft Performance Work Statement (PWS) Hard Chrome Plating - Sources Sought This is a Sources Sought Notice only. No solicitation is being issued at this time. 30 CONS/LGCB is seeking commercial sources to provide all management, personnel, tools, supplies, equipment, materials, and labor necessary to perform Class II Hard Chromium Plating, Gold Cadmium Plating, Type II, Temper Etch Inspection, Table I (Group A), and Mechanical Cleaning of Missile components at Vandenberg AFB, CA. The contractor shall be responsible for all packing, handling, and transportation of all components to be serviced by the contractor. It is anticipated that the contract performance period will have one basic period with four one-year options and 6-month extension, anticipated start date of 1 Oct 2016. The Government has not made a decision on business size for this requirement. Both large and small businesses are encouraged to respond to this announcement. 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 332813. The size standard for NAICS 332813, size standard is 500 personnel. The Government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The Government requests interested parties submit a response to the attached questionnaire which includes a brief description of the company's business size (i.e. annual revenues and employee size), business status (i.e. 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses, or small business), 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 located on the questionnaire. The Government will use this information in determining its small business set-aside decision. Interested firms are requested to provide a response to the questionnaire NLT 30 Jun 2015 by 2pm P.S.T. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to read PWS and respond to the sources sought questionnaire. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government's consideration (please limit to no more than five pages to sources sought questionnaire). 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 PWS posted with this notice is subject to change; the formal version of the PWS 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, System for Award Management (SAM), lack of registration in the SAM 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 synopsis or release of the solicitation. Submissions to this notice shall be emailed to Edwin Dela Cruz, at edwin.delacruz.1@us.af.mil@us.af.mil. Please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (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/RFI_VAFB_Hard_Chrome_Plating/listing.html)
- Place of Performance
- Address: Bldg. 11248, 869 Iceland Avenue, Vandenberg Air Force Base, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN03760770-W 20150613/150611234621-a46c94653d14bb236b548098ca994619 (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 |