Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
SOURCES SOUGHT

F -- F-16 Secure Storage Facility Support

Notice Date
3/13/2020 11:02:13 AM
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
GSA FAS AAS REGION 8 DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
ID08190054
 
Response Due
3/20/2020 10:00:00 AM
 
Archive Date
04/04/2020
 
Point of Contact
Rachel M. Hickenlooper, Phone: 7203045798, Rebecca Beitz
 
E-Mail Address
rachel.hickenlooper@gsa.gov, rebecca.bietz@gsa.gov
(rachel.hickenlooper@gsa.gov, rebecca.bietz@gsa.gov)
 
Description
INTRODUCTION GSA on behalf of the AFLCMC/WWM (Wright Patterson Air Force Base, Ohio) is seeking information from qualified vendors able to provide secure storage facility (SSF) managers responsible for protecting and safeguarding (handling, shipping, storing) critical item components to support the modification of F-16 jets in Singapore.� The critical items/components are required as a part of the Singapore F-16 Upgrade program.� The critical items/components will be supporting the program during aircraft kit installation and sustainment spares.� A SSF will be established at Tengah Air Base, Singapore and the vendor will be required to handle, protect, and safeguard the critical items located at Tengah Air Base as well as the modification site at Singapore Technologies Aerospace.�� CONTRACTOR NOTIFICATION THIS IS A RFI ONLY NOTICE.� The U.S. Government highly encourages all interested businesses (large and small) to respond to this RFI.� In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The Government anticipates that this will be a FAR Part 12 acquisition for commercial items procurement as applicable in accordance with FAR Part 12.102. The Government anticipates award of a contract with Firm-Fixed-Price, Labor-Hour, and Time-and-Material line items with a one-year Base period of performance and four (4) one-year option periods. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements by 11:00 A.M. Mountain Time (MT), 20 March 2020. This notice 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. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: In response to this RFI, please provide: 1.�� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding Certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) under the corresponding NAICS. *NOTE: All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor, subcontractor, or part of a Joint Venture or Contractor Team Arrangement. 3.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, location, scope, complexity, timeframe, government or commercial) that will facilitate making a capability determination.� [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 5.� Contractors must be either U.S.-owned or a U.S.-owned subsidiary with valid security infrastructure and clearances to accomplish this effort.� Does your company have the ability to work up to the extended classified level to support this development? 6.� What is your company�s experience in leading and managing teams operating OCONUS? 7.� List of contract vehicles or schedules that your company is a contractor on for which this requirement could be procured on. 8.� What suggestions, if any, do you have for meeting the requirements (including evaluation criteria, contract line item structure, contract structure, contract type, or other topics)? All responses should be based on the information contained in this RFI and is limited to 10 pages. No basis for claim against the Government shall arise as a result of a response to this RFI or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. This notice is for informational purposes only; it is not a RFP nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 11:00 AM MT, 20 March 2020 via email to Rachel.Hickenlooper@gsa.gov and Rebecca.Beitz@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/84e570212d8d43a69250f18dd92a8b59/view)
 
Place of Performance
Address: SGP
Country: SGP
 
Record
SN05588881-F 20200315/200313230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.