SOURCES SOUGHT
J -- Caterpillar Generator Preventative Maintenance
- Notice Date
- 1/25/2021 5:44:43 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA9302 AFTC PZIE EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- TEMP-7253570
- Response Due
- 1/31/2021 1:00:00 PM
- Archive Date
- 02/15/2021
- Point of Contact
- Lisa Davis, Phone: 6612752498, Fax: 6612770470, John Walker, Phone: 6612771829
- E-Mail Address
-
lisa.davis.6@us.af.mil, john.walker.68@us.af.mil
(lisa.davis.6@us.af.mil, john.walker.68@us.af.mil)
- Description
- This announcement constitutes a Sources Sought Synopsis and Request for Information (RFI) to afford industry an opportunity to provide information regarding their capabilities to provide annual maintenance for the Caterpillar Generator Preventative Maintenance, Serial Number SBJ00430 at Bldg. 1030 on Edwards AFB in accordance with (IAW) the Statement of Work (SOW) (see attachment 1). This is a Request for Information (RFI) for Market Research Purposes only. Salient characteristics for the requested Caterpillar Generator Preventative Maintenance are on the attached description. This is not a request for quote. This RFI is issued solely for market research and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. Furthermore, those who respond to this RFI may not receive feedback to their submissions. This RFI does not commit the Government to enter into any contractual agreement, nor will the Government pay for any information requested hereunder. GENERAL INFORMATION: AFTC/PZIOA anticipates awarding a contract under NAICS code 811310 with a size standard of $8,000,000.00. A firm fixed price contract will be contemplated.� System for Award Management (SAM) registration is mandatory for this contract (see SAM website at sam.gov). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition program. If sufficient responsible and capable sources are identified, a formal RFQ will be posted on beta.SAM.gov. The Government is requesting that interested offerors who believe they can fully support this requirement furnish the following information: ����������� 1)� Company Information: ����������������������� a.� Company Name ����������������������� b.� CAGE Code ����������������������� c.� Address ����������������������� d.� Telephone Number ����������������������� e.� Point of Contact(s) name(s) ����������������������� f.� Phone Number ����������������������� g.� E-mail Address ����������� 2)� Information including a brief description of experience in providing the type of support described above and in the attached Statement of Work.� Please include contract references relating to Caterpillar Generator Preventative Maintenance:�� ����������������������� a.� Contract Number ����������������������� b.� Agency Supported ����������������������� c.� Period of Performance ����������������������� d.� Original Contract Value ����������������������� e.� �Point of Contact with Phone Number. ����������� 3)� Identification of business size and whether currently designated a small business as defined by the Federal Acquisition Regulation FAR Part 19 and also currently listed in the SAM.gov system.� Small business size standards are published by the U.S. Small Business Administration and may be found at https://www.sba.gov/content/small-business-size-standards. By submitting a response each respondent agrees that any and all costs the respondent incurs in responding to this request or in support of activities associated with it shall be the sole responsibility of respondent. The Government shall incur no obligations or liabilities to anyone for any costs or expenses incurred by the respondent in responding to this RFI. Not responding to this request does not preclude participation in any future RFP/RFQ. The information provided in this RFI is subject to change and is not binding on the Government or the respondent. All submissions become the property of the Government and will not be returned. Electronic submissions are strongly encouraged.� All information provided will be protected as Procurement Sensitive per Federal Acquisition Regulation 3.104.� Electronic responses shall be in MS Word or Adobe PDF format. For questions or comments please contact both Lisa Davis at lisa.davis.6@us.af.mil and John Walker at john.walker.68@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cc607b92c92a4a42a3468b71069c90df/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN05899371-F 20210127/210125230104 (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 |