SOURCES SOUGHT
99 -- FACILITIES/ENERGY/ASSET MANAGEMENT LABOR SUPPORT PROGRAM
- Notice Date
- 5/6/2021 5:05:08 PM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- FA6703 94TH CONTRACTING FLIGHT PK DOBBINS AFB GA 30069-4900 USA
- ZIP Code
- 30069-4900
- Solicitation Number
- FA670321R0005
- Response Due
- 5/21/2021 12:00:00 PM
- Archive Date
- 06/05/2021
- Point of Contact
- Leslie Christoferson
- E-Mail Address
-
leslie.christoferson@us.af.mil
(leslie.christoferson@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice is issued solely for informational planning purposes and market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and shall not be construed as a solicitation or obligation on the part of the Government. This is NOT a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB) and DOES NOT serve to bind the U.S. Government in any way. All information submitted in response to this announcement is voluntary. Interested parties shall not be reimbursed for any costs associated with preparation of their responses. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The 94th Contracting Flight, Dobbins Air Reserve Base (ARB), Marietta, Georgia, is conducting market research to identify potential firms that have the skills, experience, knowledge and capabilities required to provide Advisory and Assistance Services (A&AS) for asset management planning in support of the Facilities/Energy/Asset Management Labor Support Program at Dobbins Air Reserve Base (ARB).� Services shall include three A&AS categories: Management and Professional Services; Studies, Analyses, and Evaluations; and Engineering and Technical Expertise. The Contractor shall provide all services in accordance with the attached DRAFT Performance Work Statement (PWS) (see attachment 1). Interested Offerors are encouraged to review the DRAFT PWS and provide comments and/or questions. The anticipated Period of Performance for this requirement shall consist of a base year plus four (4) one year option periods. The applicable North American Industry Classification Systems (NAICS) Code is 541690 � Other Scientific and Technical Consulting Services.� The applicable small business size standard is $16.5M.�� The intent of this notice is to identify qualified businesses interested in and capable of providing the required services. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition is in the Government's best interest. If this effort is to be set aside for small business concerns, then a clause such as FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2020-O0008), will apply and the prime contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. For your convenience, a copy of FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008) is provided for reference. (see attachment 2). Responses received to this notice will be used by the Government to make the appropriate acquisition decision. Responses to this Sources Sought shall include: � Business Name � CAGE Code & DUNS Number � Brief Description of Company�s relevant history � Physical/Mailing Address � Business Size � Point of contact � Firm's Capability Statement (no more than 5-pages in length) � Socio-Economic Status: (e.g. HubZone, Service Disabled Veteran Owned, etc.) In addition, AFRC 94 CONF/PK is seeking feedback from interested industry organizations who consider themselves capable of performing the services identified in the DRAFT PWS. Interested vendors are asked to provide feedback/comments relating to the DRAFT PWS via the Industry Feedback Form (see attachment 3) Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database (http://www.sam.gov/SAM/). All responses must be received before 3:00 PM (EDT) Friday, 21 May 2021 to be considered. Interested parties are invited to submit their responses to Leslie Christoferson, Contract Specialist, (leslie.christoferson@us.af.mil), All responses must be sent by email. Facsimiles will not be accepted. This Sources Sought serves as Market Research only, not a firm commitment on the part of the U.S. Government. A solicitation is not currently available. If a solicitation is issued, it will be posted at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/146ad444e6044b2899e4399a6305211a/view)
- Place of Performance
- Address: Marietta, GA 30069, USA
- Zip Code: 30069
- Country: USA
- Zip Code: 30069
- Record
- SN05994665-F 20210508/210506230120 (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 |