SOURCES SOUGHT
J -- Fire Bottle Halon Extinguisher Service
- Notice Date
- 7/13/2020 2:21:55 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
- ZIP Code
- 15108-4495
- Solicitation Number
- FA6712-20-RFI-0003FB
- Response Due
- 7/20/2020 1:00:00 PM
- Archive Date
- 08/31/2020
- Point of Contact
- Jay De Leonibus
- E-Mail Address
-
jay.de_leonibus@us.af.mil
(jay.de_leonibus@us.af.mil)
- Description
- SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!��This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Information-Sources Sought number is FA6712-20-RFI-003FB and MUST be used to reference any written responses to this sources sought. The 911th AW Pittsburgh Air Reserve Station, Coraopolis, PA anticipates a requirement that is being considered under any business size entity. The North American Industry Classification Systems (NAICS) Code proposed is 811310. The size standard for NAICS is $8M.� The requirement is to provide:� Fire Extinguisher Service ����� Scope of Work includes but is not limited to:� The contractor shall provide all tools, supplies, equipment and labor necessary to inventory, inspect, service, certify, maintain, test and manage all of the 911th Maintenance Group�s (MXG) flight line, aircraft, building and vehicle fire extinguishers and certain systems located on Pittsburgh Air Reserve Base, PA. It is estimated there are 130 non-halon bottles, and approximately 70 halon bottles of various sizes. Any contractors with GSA Schedule should provide GSA Schedule number if services are on schedule along with expiration date. Include in your capabilities package your DUNS, Cage Code, System for Award Management (SAM) expiration date, and any related specifications/drawings. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.� The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All�interested firms must submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all management and labor required for the operation and management of the required services.� Include three past references with current contact information and contract number.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.��Recent, relevant experience in all areas must be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 5 pages. 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 set-aside decisions. No assumptions will be made regarding capabilities. Firms must submit sufficient information to assist the Contracting Officer in making a determination regarding capabilities.� Contractors are responsible for ensuring completeness of the capabilities statement.�� Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is�www.sam.gov Responses may be submitted electronically to the following e-mail address: Jay De Leonibus, jay.de_leonibus@us.af.mil�Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN�20 July 2020 at 4:00 PM Eastern Time Future information about this acquisition, including issuance of a request for quotation and/or applicable amendments, will be issued through Contract Opportunities (beta.sam.gov).� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0fc8703de89d4749a48f75cc3c9c9331/view)
- Place of Performance
- Address: Coraopolis, PA 15108, USA
- Zip Code: 15108
- Country: USA
- Zip Code: 15108
- Record
- SN05719579-F 20200715/200713230153 (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 |