SOURCES SOUGHT
S -- Restricted Area Maintenance Support BAFB
- Notice Date
- 6/4/2019
- Notice Type
- Synopsis
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 460 CONF / LGC, 510 S. Aspen St. (MS 92) Bldg 1030, Rm 120 Buckley AFB CO 80011-9572
- ZIP Code
- 80011-9572
- Solicitation Number
- BAFB_RAMS_SourcesSought
- Response Due
- 6/24/2019
- Point of Contact
- Angela Campbell, Contract Specialist, Phone 7208479317
- E-Mail Address
-
angela.campbell.11@us.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potentially interested 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 management, personnel, tools, supplies, equipment, materials, and labor necessary to provide Restricted Area Maintenance Support at Buckley AFB, CO. It is anticipated that the contract performance period will include one basic period estimated from 01 Nov 2020 through 31 Oct 2021, four one-year option periods extending through 31 Oct 2025. The anticipated contract type will be Firm Fixed Price with a magnitude between $15,000,000 and $25,000,000. The anticipated North American Industry Classification Systems (NAICS) Code for the proposed work is 238220 - Plumbing, Heating, and Air-Conditioning Contractors with a Small Business size standard of $15M. At this time the Government is seeking interest and capability of all business sizes. All businesses, large and small, 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., Large Business, 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 the time posted in this notice above. 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 no later than the time posted in this notice above. 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. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopses or release of the actual solicitation. 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 and 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. Have you ever performed government contracts providing similar services? NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/BAFB_RAMS_SourcesSought/listing.html)
- Place of Performance
- Address: Buckley BAFB, CO
- Zip Code: 80011
- Country: US
- Zip Code: 80011
- Record
- SN05330621-F 20190606/190604230021 (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 |