Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2020 SAM #6902
SOURCES SOUGHT

99 -- Copper Cable Removal Vandenberg AFB

Notice Date
10/20/2020 12:43:53 PM
 
Notice Type
Sources Sought
 
NAICS
562920 — Materials Recovery Facilities
 
Contracting Office
FA4610 30 CONS PK VANDENBERG AFB CA 93437-5212 USA
 
ZIP Code
93437-5212
 
Solicitation Number
FA461021Q9999
 
Response Due
11/25/2020 4:00:00 PM
 
Archive Date
12/10/2020
 
Point of Contact
Sonia Wasserman, William Bumpass, Phone: 8056069081
 
E-Mail Address
sonia.wasserman@us.af.mil, william.bumpass.1@us.af.mil
(sonia.wasserman@us.af.mil, william.bumpass.1@us.af.mil)
 
Description
COPPER CABLE REMOVAL VANDENBERG AIR FORCE BASE (VAFB) SOURCES SOUGHT NOTICE (For Industry Comment & Market Research Purposes) This Sources Sought Notice (SSN) is being issued solely for information and planning purposes to obtain information related to general programmatic topics, price, delivery, product line capabilities analysis, demographic, and other market information in accordance with FAR part 10. �It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses will be treated as information only and will not be used as a proposal.� Any information provided by industry to the Government, as a result of this SSN, is strictly voluntary.� Vendors will not be reimbursed for any cost related to this SSN. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and a future Request for Proposal (RFP). �Evaluation results will not be provided to contractors responding to this notice. . PURPOSE: 30 CONS/PKB is seeking commercial sources for the removal of deactivated /abandoned-in-place (AIP) copper cables from manhole, duct systems and from underground at Vandenberg Air Force Base (VAFB), California.� It is the Government's intent to award a no-cost contract under which the contractor shall remove the cables and associated appurtenances (splice cases, terminals, etc.) at no-cost to the Government in exchange for possession of the cables and appurtenances in abandoned-in-place status and no reuse value. �The contractor will be responsible for the removal and disposal of the abandoned in place cable and associated appurtenances in accordance with the Draft Performance Work Statement (PWS) provided in this notice. � The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 562920 �Materials Recovery Facilities�. �The size standard is $22 Million. The Government is interested in all businesses. The Government requests that interested parties ensure that the necessary NAICS is included in their SAM representations and certifications.� � SUBMISSION INSTRUCTIONS: A.� Interested vendors may provide the following information: 1.Company / Organization Name, 2.Point of Contact Position and Name. 3. Point of Contact email and phone number. 4. Company / Organization CAGE / DUNS number. 5. Is your company registered and active in the System for Acquisition Management (SAM)? Note: Your company must be registered and current in SAM to be eligible for an award. 6. Company's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 7. Provide a Statement of Capabilities which demonstrates your company's / organization's ability to perform the requirements of the draft PWS. This statement may include previous experience performing similar projects. 8. Would your company sub-contact work? �If so, what percentage of work would your company perform as a Prime Contractor? 9. Company's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 3 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 11. Other. Provide any other information about your company / organization that may demonstrate capability and / or interest in performing the draft PWS requirements. B.� Interested parties are encouraged to submit industry comments and/or suggested changes to the PWS in addition to the company�s capability statement and questions indicated above. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. C.� Submissions to this notice are due NLT 25 November 2020 and should be sent via email to Sonia Wasserman at sonia.wasserman@us.af.mil and Robert Bumpass at wiliam.bumpass.1@us.af.mil. Please note that due to increased firewall protections some emails may be blocked; therefore, follow-up is strongly recommended to ensure receipt of your submission by the Government.� Additional information regarding this requirement will be posted for viewing on BetaSAM at https://www.beta.sam.gov/ as it becomes available.� All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, lack of registration in the SAM will make an offeror ineligible for contract award. �It is the responsibility of all potential offerors to monitor the BetaSAM web site for release of any future synopses or release of the solicitation. COPPER CABLE REMOVAL VANDENBERG AIR FORCE BASE (VAFB) SOURCES SOUGHT NOTICE (For Industry Comment & Market Research Purposes) This Sources Sought Notice (SSN) is being issued solely for information and planning purposes to obtain information related to general programmatic topics, price, delivery, product line capabilities analysis, demographic, and other market information in accordance with FAR part 10. �It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses will be treated as information only and will not be used as a proposal.� Any information provided by industry to the Government, as a result of this SSN, is strictly voluntary.� Vendors will not be reimbursed for any cost related to this SSN. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and a future Request for Proposal (RFP). �Evaluation results will not be provided to contractors responding to this notice. . PURPOSE: 30 CONS/PKB is seeking commercial sources for the removal of deactivated /abandoned-in-place (AIP) copper cables from manhole, duct systems and from underground at Vandenberg Air Force Base (VAFB), California.� It is the Government's intent to award a no-cost contract under which the contractor shall remove the cables and associated appurtenances (splice cases, terminals, etc.) at no-cost to the Government in exchange for possession of the cables and appurtenances in abandoned-in-place status and no reuse value. �The contractor will be responsible for the removal and disposal of the abandoned in place cable and associated appurtenances in accordance with the Draft Performance Work Statement (PWS) provided in this notice. � The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 562920 �Materials Recovery Facilities�. �The size standard is $22 Million. The Government is interested in all businesses. The Government requests that interested parties ensure that the necessary NAICS is included in their SAM representations and certifications.� � SUBMISSION INSTRUCTIONS: A.� Interested vendors may provide the following information: 1.Company / Organization Name, 2.Point of Contact Position and Name. 3. Point of Contact email and phone number. 4. Company / Organization CAGE / DUNS number. 5. Is your company registered and active in the System for Acquisition Management (SAM)? Note: Your company must be registered and current in SAM to be eligible for an award. 6. Company's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 7. Provide a Statement of Capabilities which demonstrates your company's / organization's ability to perform the requirements of the draft PWS. This statement may include previous experience performing similar projects. 8. Would your company sub-contact work? �If so, what percentage of work would your company perform as a Prime Contractor? 9. Company's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 3 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 11. Other. Provide any other information about your company / organization that may demonstrate capability and / or interest in performing the draft PWS requirements. B.� Interested parties are encouraged to submit industry comments and/or suggested changes to the PWS in addition to the company�s capability statement and questions indicated above. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. C.� Submissions to this notice are due NLT 25 November 2020 and should be sent via email to Sonia Wasserman at sonia.wasserman@us.af.mil and Robert Bumpass at wiliam.bumpass.1@us.af.mil. Please note that due to increased firewall protections some emails may be blocked; therefore, follow-up is strongly recommended to ensure receipt of your submission by the Government.� Additional information regarding this requirement will be posted for viewing on BetaSAM at https://www.beta.sam.gov/ as it becomes available.� All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, lack of registration in the SAM will make an offeror ineligible for contract award. �It is the responsibility of all potential offerors to monitor the BetaSAM web site for release of any future synopses or release of the solicitation. COPPER CABLE REMOVAL VANDENBERG AIR FORCE BASE (VAFB) SOURCES SOUGHT NOTICE (For Industry Comment & Market Research Purposes) This Sources Sought Notice (SSN) is being issued solely for information and planning purposes to obtain information related to general programmatic topics, price, delivery, product line capabilities analysis, demographic, and other market information in accordance with FAR part 10. �It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses will be treated as information only and will not be used as a proposal.� Any information provided by industry to the Government, as a result of this SSN, is strictly voluntary.� Vendors will not be reimbursed for any cost related to this SSN. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and a future Request for Proposal (RFP). �Evaluation results will not be provided to contractors responding to this notice. . PURPOSE: 30 CONS/PKB is seeking commercial sources for the removal of deactivated /abandoned-in-place (AIP) copper cables from manhole, duct systems and from underground at Vandenberg Air Force Base (VAFB), California.� It is the Government's intent to award a no-cost contract under which the contractor shall remove the cables and associated appurtenances (splice cases, terminals, etc.) at no-cost to the Government in exchange for possession of the cables and appurtenances in abandoned-in-place status and no reuse value. �The contractor will be responsible for the removal and disposal of the abandoned in place cable and associated appurtenances in accordance with the Draft Performance Work Statement (PWS) provided in this notice. � The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 562920 �Materials Recovery Facilities�. �The size standard is $22 Million. The Government is interested in all businesses. The Government requests that interested parties ensure that the necessary NAICS is included in their SAM representations and certifications.� � SUBMISSION INSTRUCTIONS: A.� Interested vendors may provide the following information: 1.Company / Organization Name, 2.Point of Contact Position and Name. 3. Point of Contact email and phone number. 4. Company / Organization CAGE / DUNS number. 5. Is your company registered and active in the System for Acquisition Management (SAM)? Note: Your company must be registered and current in SAM to be eligible for an award. 6. Company's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 7. Provide a Statement of Capabilities which demonstrates your company's / organization's ability to perform the requirements of the draft PWS. This statement may include previous experience performing similar projects. 8. Would your company sub-contact work? �If so, what percentage of work would your company perform as a Prime Contractor? 9. Company's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 3 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 11. Other. Provide any other information about your company / organization that may demonstrate capability and / or interest in performing the draft PWS requirements. B.� Interested parties are encouraged to submit industry comments and/or suggested changes to the PWS in addition to the company�s capability statement and questions indicated above. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. C.� Submissions to this notice are due NLT 25 November 2020 and should be sent via email to Sonia Wasserman at sonia.wasserman@us.af.mil and Robert Bumpass at wiliam.bumpass.1@us.af.mil. Please note that due to increased firewall protections some emails may be blocked; therefore, follow-up is strongly recommended to ensure receipt of your submission by the Government.� Additional information regarding this requirement will be posted for viewing on BetaSAM at https://www.beta.sam.gov/ as it becomes available.� All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, lack of registration in the SAM will make an offeror ineligible for contract award. �It is the responsibility of all potential offerors to monitor the BetaSAM web site for release of any future synopses or release of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ddf93af8331a40fda94de1cd37024124/view)
 
Place of Performance
Address: CA 93437, USA
Zip Code: 93437
Country: USA
 
Record
SN05833901-F 20201022/201020230152 (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.