SOURCES SOUGHT
J -- Inspect and Repair the Automated Dynamic Cone Penetrometer - RFI
- Notice Date
- 8/21/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Material Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
- ZIP Code
- 32403
- Solicitation Number
- AFICA-ADCP-Control_Box_Repair-4
- Archive Date
- 9/12/2015
- Point of Contact
- Malisa C. Ford, Phone: 8502836661, Joseph R. Willard, Phone: 850-283-3663
- E-Mail Address
-
malisa.ford@us.af.mil, joseph.willard.@us.af.mil
(malisa.ford@us.af.mil, joseph.willard.@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought for ADCP Control Boxes ** A Word Document of the Sources Sought is attached below.** AFICA 772 Enterprise Sourcing Squadron SOURCES SOUGHT NOTICE 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The United States Air Force (USAF) has a requirement in support of the Directorate of Headquarters Air Force Civil Engineer Center (HQ AFCEC) for the repair of Automated Dynamic Cone Penetrometer (ADCP) control boxes (manufactured by Vertek, item numbers 5997, 5998, 5999, 6027). The contractor shall provide all labor, equipment, materials, and incidentals necessary to repair and refurbish four (4) ADCP control boxes: a. The Contractor shall troubleshoot and repair four (4) inoperative ADCP control boxes and replace any internal components that have corroded. All electrical connections shall be soldered and protected with heat shrink. b. The Contractor shall replace all the labels on the front of the ADCP box ensuring that the function of each switch and knob is clearly identified. 3. The Government is performing market research primarily to determine if there are firms that possess the capability to execute the requirements identified above. Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 4. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses at a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 541330 - Engineering Services, is applicable to this acquisition. The small business size standard for this NAICS is $15 Million Dollars. It is anticipated that the performance period will not begin until late August or early September of 2015. 5. Contractors who can provide these services should submit in writing an affirmative response which includes at a minimum the following information: a. What is the name of your business? b. What is your business address? c. Provide a point of contact to include telephone number and email address. d. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market? e. Provide an additional NAICS code with justification that you would recommend as being more applicable. f. Specify your business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business veteran-owned small business, service-disabled veteran-owned small business) based upon NAICS 541690. Specify all that apply. g. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 h. Identify any repair/refurbishing projects completed in the past three (3) years on the same equipment listed in paragraph 2. Include the contract number and a government point of contact. i. Is this service available on a GSA Schedule? If so, please provide the GSA Schedule number and special item number. If GSA is in the process of awarding a schedule for this service please provide the GSA point of contact name and phone number. 6. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: joseph.willard@us.af.mil and malisa.ford@us.af.mil. 7. All responses shall be received by Friday, 28 August 2015 at 8:00 AM central standard time. Responses shall be no more than 15 pages (single spaced, front and back, no smaller than Times New Roman, font size 12). If submissions exceed the page count noted, the Government will only review the first 15 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to both the Contract Specialist, Malisa Ford (malisa.ford@us.af.mil) and the Contracting Officer, Joseph Willard joseph.willard@us.af.mil) by Wednesday, 26 August 2015 at 8:00 AM. The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ffcd9fbe49c0ca688ae8be5bc0777b8a)
- Record
- SN03850848-W 20150823/150822000247-ffcd9fbe49c0ca688ae8be5bc0777b8a (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 |