SOURCES SOUGHT
J -- Sources Sought Aerial Work Platforms Buckley AFB - PWS
- Notice Date
- 4/11/2018
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Air Force, Air Force Space Command, 460 CONF / LGC, 460 CONF / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
- ZIP Code
- 80011-9572
- Solicitation Number
- BuckleyAFBAWP
- Point of Contact
- James O. Waller, Phone: 7208479393
- E-Mail Address
-
james.waller.10@us.af.mil
(james.waller.10@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potentially interested small businesses and may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. 460 CONF/PKA is seeking sources to provide all labor, transportation, materials, tools, supplies, travel costs, equipment, supervision, and other items necessary to perform on all Aerial Work Platforms (AWP) to include Inspections, Testing, Repair, Maintenance and services to all related equipment at Buckley Air Force Base (BAFB), Colorado, 80011. All work must be performed in accordance with manufacturer's recommendations, commercial industry standards, codes, all federal, state, and local regulations, and Air Force Instructions. There are currently 10 AWPs. It is anticipated that the contract performance period will include a base period of one year and estimated from 01 June 2018 through 31 May 2019, a one-year option period extending through 31 May 2020, a second one-year option period extending through 31 May 2021, a third one-year option period extending through 31 May 2022, and a fourth one-year option period extending through 31 May 2023. The anticipated North American Industry Classification Systems (NAICS) Code for the proposed work is 811310- Commercial and Industrial Machinery and Equipment (Except Automative and Electronic) Repair and Maintenance at a size standard of $7.5M. Any small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran Owned, and Woman Owned Small Businesses that are interested in performing this requirement should submit a response which includes a brief description of their company's business size (i.e. annual revenues), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/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. Interested firms are requested to provide their capability statement and respond to the attached questionnaire no later than 1700 MST on 20 April 2018. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statements (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government's consideration (please limit to no more than two pages--separate from questionnaire limitation) are requested to be submitted in writing with the capabilities statement no later than 1700 MST on 20 April 2019. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded they must be System for Award Management Registration (SAM) registered to do business with the Government. Lack of registration will make an offeror ineligible for contract award. Register for SAM at sam.gov All contractors interested in supplying these services may indicate their interest in this potential acquisition by supplying responses that should include: (1) Identification of company size status, certifications, i.e., 8(a), HUBZone, SDVOSB, small business. (2) Proof of experience and capability. (3) Answers to the questions listed below. Capability statements will not be accepted after the due date. Responses shall be limited to five (5) pages. 1. How long have you been in business? 2. How many employees do you have? 3. Have you ever performed government contracts? 4. Do you currently have personnel, who can perform these services, that are able to pass various USAF law enforcement and CBI background checks? 5. Does your company have the vehicles and equipment to perform these services? 6. Does your company provide these services or do you subcontract the work? Which requirements would be subcontracted? 7. Do you have current (within the past 3 years) and relevant experience in all areas of this requirement? If not, please list the specifics areas that you have experience in. 8. Does your company have the capability to work in an environment without disrupting its daily operation? Submissions to this notice may be emailed to James Waller, 460 CONF/PKA at james.waller.10@us.af.mil. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. James Waller's phone number is 720-847-9317. Any information provided by industry to the Government as a result of this sources sought announcement is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/BuckleyAFBAWP/listing.html)
- Place of Performance
- Address: 510 S Aspen Street, Buckley AFB, Colorado, 80011, United States
- Zip Code: 80011
- Zip Code: 80011
- Record
- SN04885952-W 20180413/180411230912-6f3bb3ec4c42616f52aba9f783e7acda (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 |