Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOURCES SOUGHT

J -- Fitness Equipment Maintenance

Notice Date
7/28/2020 12:16:37 PM
 
Notice Type
Sources Sought
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
FA4809 4TH CONS SQDN CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
 
ZIP Code
27531-2456
 
Solicitation Number
FA4809-20-Q-0093
 
Response Due
8/5/2020 9:00:00 AM
 
Archive Date
08/20/2020
 
Point of Contact
Melissa Norvell
 
E-Mail Address
melissa.norvell@us.af.mil
(melissa.norvell@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Source Sought 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 Quotation (RFQ) number is FA480920Q0093 and shall be used to reference any written responses to this source sought. Seymour Johnson Air Force Base anticipates a requirement that is being considered under a small business set-aside program. �The North American Industry Classification Systems (NAICS) Code proposed 811490. The size standard for NAICS is $7.5M. The requirement is to provide:�� Fitness equipment maintenance. Salient Characteristics:� See Performance Work Statement (PWS) attached. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. What is the purpose of the item(s)?� We are interested in any small business that is capable of meeting this requirement. 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 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. Capabilities Package for Supplies: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities (indicating examples of commercial sales) and product specifications related to this effort.� Also indicate if the firm is the manufacturer, or provide the name and size of the manufacturer of the proposed product(s).� Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Capabilities Package for Services: All interested firms should 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 should 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 its small business set-aside decision. 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:� melissa.norvell@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 5 August 2020 � Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through 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/c0e893f7c8e3469ca092be73cf68694c/view)
 
Place of Performance
Address: Goldsboro, NC 27531, USA
Zip Code: 27531
Country: USA
 
Record
SN05736772-F 20200730/200728230145 (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.