Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOURCES SOUGHT

99 -- Fabric Shelter Maintenance

Notice Date
5/14/2021 12:48:59 PM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487721QA234
 
Response Due
5/18/2021 1:00:00 PM
 
Archive Date
06/02/2021
 
Point of Contact
Heidi Fox, Phone: 5202286563, Rachelle L Jenkins, Phone: 5202283095
 
E-Mail Address
heidi.fox@us.af.mil, rachelle.jenkins.3@us.af.mil
(heidi.fox@us.af.mil, rachelle.jenkins.3@us.af.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT INTRODUCTION: The United States Air Force, 309th Aerospace Maintenance and Regeneration Group (AMARG) is seeking sources for preventative maintenance (PM), cleaning, and repair services on Fabric Shelters. CONUS Location Area 300 on the 309 AMARG complex, at Davis-Monthan Air Force Base (DMAFB), AZ. DISCLAIMER: This sources sought notice is issued for information and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this sources sought notice. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. REQUIRED CAPABILITIES: The 309th AMARG is interested in the identification of capable sources to perform on-site scheduled Preventative Maintenance for all the fabric shelters located at area 300 on the AMARG complex, in accordance with industry standards and equipment manufacturers� recommendations as follows:� Tension Fabric Shelter�Large 140' x 325' fabric structures Quonset Style shelters � � � � � � �QTY: 2 � � � � � � Semi-annual preventative maintenance - every 6 months: Cover fabric tensioning, tension ratchets, and straps (If the�structure is subject to unusually high winds and heat exposure, more frequent tighten may be required at the discretion of� � � � � � � � � � � � � � � the AMARG POC) � � � � � � Semi-annual cleaning - every 6 months (If the structure is subjected to unusually high rate of dirt and pollution exposure,�more frequent cleaning may be required at the discretion of the AMARG POC) Tension Fabric Shelter�Small 78'� X 320' fabric structures Quonset Style shelters QTY: 4 Semi-annual Preventative maintenance - every 6 months: Tension ratchets, straps, frame components (nuts and bolts). (If the structure is subjected to unusually high winds and heat exposure, more frequent tighten may be required at the discretion of the AMARG POC) If the structure is subjected to unusually high rate of dirt and pollution exposure, fabric cleaning may be requested at the discretion of the AMARG POC � � � 3.� Non-Personal Services. The government shall neither supervise contractor employees, nor control the method by which the�contractor performs the required tasks. Under no circumstances shall the government assign tasks to, or prepare work� � � � � � � � � � � � �schedules for individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to�guard against any actions that are of the nature of personal services, or give the perception of personal services. If the� � � � � � � � � � � �contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor�s�responsibility to notify the Contracting Officer immediately. � � � 4.� NORTH AMERICAN INDUSTRY CLASSIFICATION (NAICS) CODE: The anticipated North American Industry Classification System (NAICS) code for this acquisition is 238990 (All Other Specialty Trade Contractors), with a corresponding size� � � � � � � � � � � standard of $15M. � � � 5.� SUBMISSION DETAILS: Request Capability Statements include the following: Company name, address, point of contact (POC), telephone number, e-mail address, NAICS code, GSA schedules held, CAGE Code. Identification of business size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, 8(a), service disabled veteran-owned small business, veteran-owned small business, woman-owned small business, HUB zone, minority-owned, etc.) � � � 6. If available, Past/Current Performance Background (Government or commercial) as it relates to supporting the above requirement to include the following: Contract number. Title and a brief summary of the objective of the effort Contracting agency or firm (Government or commercial) Value of the contract(s) and Period of Performance. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour NAICS code/small business size standard � � � 7.� Any other information deemed useful to the Air Force and provide suggestions/information that would be helpful to the Contracting Officer in developing a contract solution for all the above locations. � � � 8. If your company has an interest in providing a quote, please submit a Capability Statement on the tasks described above, please respond no later than 1:00PM (PST) 18 May 2021. Please provide your questions and Capability Statement to Ms. Heidi� � � � � � �Fox, Contracting Officer, heidi.fox@us.af.mil and Ms. Rachelle Jenkins, Contract Specialist, rachelle.jenkins.3@us.af.mil. Please use no more than 1-3 type-written pages using 12-point type. Published literature may be any number of pages. � � � 9.�Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not� � � � � � �be returned. All Government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary� � � � � � � � � � �information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/93bda1a2ef574f66afecb00e6c1d1666/view)
 
Place of Performance
Address: AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN06002977-F 20210516/210514230120 (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.