Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
SOURCES SOUGHT

45 -- Booster Pump Repair at Kaena Point - Statement of Work

Notice Date
2/8/2017
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
AFICA - AFICA- PACAF
 
ZIP Code
00000
 
Solicitation Number
FA5215-17-Q-8001
 
Archive Date
3/2/2017
 
Point of Contact
Matthew Hagan, Phone: 8084482975, Alex Nieves, Phone: 808-448-2969
 
E-Mail Address
matthew.hagan.1@us.af.mil, alex.nievesalvarez@us.af.mil
(matthew.hagan.1@us.af.mil, alex.nievesalvarez@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA5215-17-Q-8001 shall be used to reference any written responses to this source sought. Joint Base Pearl Harbor-Hickam anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 237110. The size standard for NAICS is $36.5M. The requirement is to provide all labor and materials required to repair a booster pump located at Kaena Point Satellite Tracking Station in accordance with the attached Statement of Work. 766 SCONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) 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 SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, 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.' As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Responses may be submitted electronically to the following e-mail addresses: abby.speed.1@us.af.mil AND matthew.hagan.1@us.af.mil Attn: FA5215-17-Q-8001, RESPONSES ARE DUE NO LATER THAN 04:00 PM HST on 15 FEBRUARU 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0228b772d8771d5c54f19a74e6b5e895)
 
Place of Performance
Address: Kaena Point, Waianae, Hawaii, 96792, United States
Zip Code: 96792
 
Record
SN04395202-W 20170210/170208234109-0228b772d8771d5c54f19a74e6b5e895 (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.