Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2016 FBO #5315
SOURCES SOUGHT

J -- Lektriever Maintenance/Relocation - DRAFT PWS

Notice Date
6/10/2016
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-16-LEKT
 
Point of Contact
Nathaniel Toole, Phone: 8017753843, ,
 
E-Mail Address
nathaniel.toole@us.af.mil,
(nathaniel.toole@us.af.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Lektriever PWS Appendix B DRAFT PWS SOURCES SOUGHT SYNOPSIS: Notice Type: Sources Sought Synopsis: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811310 which has a corresponding Size standard of $6,500,000.00. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. 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. 2. Program Details: The government is considering a multi-year, Indefinite Delivery Indefinite Quantity (IDIQ) contract. The successful contractor shall provide preventative maintenance inspections, corrective maintenance, and relocation of Lektriver/Rotary File to insure units are fully functional. Please review attached DRAFT performance work statement for full requirement details. CONTRACTOR ACQUISITION STRATEGY AND CAPABILITY QUESTIONNAIRE Preventative maintenance inspections, corrective maintenance, machine certification (calibration) and software maintenance, acquisition strategy and capability responses are greatly appreciated. PART I. BUSINESS INFORMATION 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact (POC): a. Name: b. Telephone#: c. Email address: 4. Physical Address: 5. Web Page URL: 6. Provide you company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, it is a woman owned business; small disadvantaged business, 8(a) business, HUBZone business, Serviced Disabled Veteran Owned Business, etc. PART II. ACQUISITION STRATEGY QUESTIONS 1. Provide your suggested NAICS code for this requirement. 2. Are you anticipating your company to be a prime contractor or a subcontractor? 3. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. PART III. CAPABILITY QUESTIONS 1. What is your experience with the Lektriver/Rotary Files s listed in Appendix B of the draft PWS: a. Hardware Maintenance b. Parts Acquisition c. Manufactories Training 2. Please describe the capabilities your company possesses that will minimize required repair times. 3. Do you have, or can you acquire the skills necessary within 30 days of contract award, to begin performing all services identified in the DRAFT PWS? 4. List of your most recent (within 3 years) and relevant DoD or commercial contracts (not to exceed five). a. Include brief description that demonstrates competence in performing required services identified in the DRAFT PWS for this requirement. b. Point of Contact (POC) Name, Telephone #, and email address c. Contract Value d. Type of contract e. Period of Performance 5. Please submit a current capabilities statement and explain why you believe you can perform this service. Interested Offerors should send a response to the sources sought inquiry and the questions listed above to the Contracting Officer and Acquisition Management. Responses should be submitted by 11:00 a.m. Mountain Standard Time (MST) on XX June 2016. Email responses in PDF or Microsoft Word format to the Contracting Officer and Contracting Specialist (information is listed below): Buyer Acquisition Management Nathaniel Toole Marjorie Forte 6038 Aspen Ave. Bldg. 1289 5851 F Ave, Bldg. 849 Phone: (801) 775-3843 Phone: (801) 777-8756 Email: nathaniel.toole@us.af.mil E mail: marjorie.forte@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-16-LEKT/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04145795-W 20160612/160610234113-17f2807a6a7a44e87643cb9d1dd37908 (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.