Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOURCES SOUGHT

V -- Packing and Crating Services - Packing & Crating Market Research Questionnaire - Packing & Crating Draft PWS

Notice Date
2/15/2018
 
Notice Type
Sources Sought
 
NAICS
488991 — Packing and Crating
 
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
F1JPPS172930001
 
Point of Contact
Meghann E. Applebay, Phone: 805-605-7031, Lucille D. Ngiraswei, Phone: 805-606-1733
 
E-Mail Address
meghann.applebay@us.af.mil, lucille.ngiraswei@us.af.mil
(meghann.applebay@us.af.mil, lucille.ngiraswei@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Packing & Crating Services - Draft PWS Packing & Crating Services - Market Research Questionnaire THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary. Any information provided to the Government is strictly voluntary and at no cost to the Government. This Sources Sought is for market research purposes only. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The North American Industry Classification System (NAICS) Code anticipated is 488991, Packing and Crating. The applicable Small Business size standard is $27.5 million. The 30th Contracting Squadron is seeking commercial sources with the technical expertise to provide Packing & Crating Services for Vandenberg AFB, California (CA). Description of Services: The Contractor shall provide all personnel, equipment, facilities, supplies, services and materials, except those specified in the Performance Work Statement (PWS)as Government-furnished, for the preparation of personal property of Department of Defense (DoD) personnel for shipment and/or storage and related services through the Direct Procurement Method (DPM). Work to be performed will be those services in the Schedules awarded to the contractor as outlined in individual Contract Line Item Numbers (CLIN). The requirements of the PWS apply to DPM shipments only. Tasks/Type of move are reflected in the PWS showing which tasks normally apply to each type of move. Specific requirements for each task are described in the PWS. If specific instruction or requirements are not provided, commercial standards of services and best business practices are acceptable. Area of Responsibility (AOR): The primary areas of performance where the majority of the services shall be performed will be in CA counties: Zone 79: Area 1: San Luis Obispo, Santa Barbara. Anticipated Contract Period of Performance: Basic Year 01 June 2018 - 31 May 2019 Option Year 1 01 June 2019 - 31 May 2020 Option Year 2 01 June 2019 - 31 May 2021 Option Year 3 01 June 2019 - 31 May 2022 Option Year 4 01 June 2019 - 31 May 2023 Interested parties are requested to address the questions in the Market Research Questionnaire. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. As noted in the Market Research Questionnaire, the Government requests interested parties submit a brief description of capabilities, anticipated teaming arrangements, and a description of similar services offered to other Government and commercial customers. Capability statements should show evidence of relevant experience in the services described above and in the draft PWS posted with this notice. At a minimum, capability statements should include the following information: A brief description of any relevant contracts (commercial or government), contract numbers, contract dollar values, period of performance, number and type of personnel involved, and point of contact information. 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. All information received in response to this announcement that is marked "Proprietary" will be handled accordingly. Responses will not be returned. Please limit your response to no more than five (5) pages inclusive of the Market Research Questionnaire. Please submit in writing any industry comments, suggested changes for the draft PWS, and/or submittal of commercial practices for Government's consideration via email to the attention of the Contract Specialist, Meghann Applebay, at email address: meghann.applebay@us.af.mil No Later Than (NLT) Friday, 23 February 2018, at 4:00 P.M. Pacific Standard Time (PST). Please email responses with a subject line of "Packing & Crating: Contractor Name". Please note that telephone calls and faxed responses will not be accepted. Please also note that all potential offerors interested in doing business with the Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F1JPPS172930001/listing.html)
 
Place of Performance
Address: Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN04824607-W 20180217/180215231634-19809cf654f5672b2ac5790b70394188 (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.