SOURCES SOUGHT
25 -- Freightliner Parts & Repair
- Notice Date
- 6/13/2017
- Notice Type
- Sources Sought
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 2 CONS, 801 Kenney Ave Ste 2301, Barksdale AFB, Louisiana, 71110-2271, United States
- ZIP Code
- 71110-2271
- Solicitation Number
- Freightliner_Sources_Sought
- Archive Date
- 6/17/2017
- Point of Contact
- Vincent Perry, Phone: 3184566889
- E-Mail Address
-
vincent.perry.2@us.af.mil
(vincent.perry.2@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure scheduled and unscheduled maintenance services, inspection, and repair on commerical air compressors in accordance with manufacturer's recommendations and in accordance with standard commercial practices on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS is 811111 General Automotive Repair, and the small business size standard is $7.5 million. The following is a list of required tasks that shall be performed in regards to this requirement: Scope: Vendor shall provide and install requested parts (see below), the freightliner is located on Barksdale AFB, LA 71110. Equipment/Repairs: The Contractor shall provide vehicel parts (see below), install, and diagnose Frieghtliner to ensure it is operating correctly. Items: CLIN 0001 5400D/DDE RA0054467640 (MCM) Motor Control Module CLIN 0002 5400D/DDE EA0034460302 (MCM REV5.03) CLIN 0003 5400D/DDE RA0054467640 -CORE (MCM) Motor Control Module CLIN 0004 5400D/DDE EA0034460302 -CORE (MCM REV5.03) CLIN 0005 Installation/testing of parts into Frieghliner truck (Make FTL Model M2 Year 2009) locating on Barksdale AFB, LA In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement (service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Air Force can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Responses to this notice may contain company proprietary information and must be marked accordingly. The government shall not be liable for or suffer any consequential damages for any technical information identified (e.g., limited and/or restricted rights). T his is a market research tool being used to determine procurement strategy. If interested submit information no later than 3:00 P.M. Eastern Standard Time, 16 June 2017 via email to Vincent Perry, Contract Specialist, vincent.perry.2@us.af.mil with a subject of Freightliner Sources Sought. If a solicitation is issued, it will be announced at a later date. Contracting Office Address: Bldg 4400, 801 Kenney Ave. Barksdale AFB, Louisiana 71110 United States Place of Performance: Barksdale AFB, Louisiana 71110 United States Primary Point of Contact. Vincent Perry, Contract Specialist vincent.perry.2@us.af.mil Phone: 318.456-6889
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0cdcbbf2c279e42be6488f833f1dc1df)
- Place of Performance
- Address: Barksdale AFB, la, Bossier City, Louisiana, 71110, United States
- Zip Code: 71110
- Zip Code: 71110
- Record
- SN04543092-W 20170615/170613235210-0cdcbbf2c279e42be6488f833f1dc1df (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 |