SOURCES SOUGHT
R -- Silver Flag Support Services
- Notice Date
- 2/1/2022 2:16:21 PM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- FA4819 325 CONS PKP TYNDALL AFB FL 32403-5521 USA
- ZIP Code
- 32403-5521
- Solicitation Number
- FA4819-22-R-JB01
- Response Due
- 2/15/2022 2:30:00 PM
- Point of Contact
- Julie Bragg, Phone: 8503876018, Matthew Lahr, Phone: 8502838664
- E-Mail Address
-
julie.bragg.1@us.af.mil, matthew.lahr.3@us.af.mil
(julie.bragg.1@us.af.mil, matthew.lahr.3@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- THIS IS A SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) ONLY. This is NOT a request for proposal.� Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� Submission of any information to this RFI survey is purely voluntary.� Government assumes no financial responsibility for any cost incurred associated to this request for capability information.� The 325 Contracting Squadron at Tyndall AFB, FL is seeking qualified and interested SBA 8(a) Program vendors for a contemplated 823 Red Horse Squadron manpower support service contract in support of the following functions: Resource Management Support, Fire Equipment/Facility Maintenance Support, and Information Technology (IT) Support. The Contractor will perform all work in accordance with the attached Draft Performance Work Statement (PWS), all applicable laws, regulations, Headquarters Air Force standards, instructions, and commercial practices. The current requirement is in the SBA 8(a) Program. Under FAR 19.203(c), if a requirement has been accepted by the Small Business Administration (SBA) under the 8(a) program it must remain under their program until the SBA agrees to release it.� Therefore the Government is seeking industry input from only SBA 8(a) Business Development Program sources at this time.� The purpose of this sources sought notice is to gain knowledge of qualified and interested 8(a) Program participants with experience relative to NAICS Code 541990 with an SBA size standard of $16.5 million. The basic contract is anticipated to be a Firm Fixed Price (FFP) type contract. The period of performance is expected to be a 12 month base year with 4 one year option periods. Additionally, a 6 month option extension will be included in the requirement in accordance with FAR 52.217-8 Option to Extend Services. Submission Instructions: 325 CONS is requesting all interested and qualified 8(a) businesses ONLY respond to this sources sought notice with the following information: (1) A complete and current record of your System for Award Management Record (SAM) which includes CAGE Code, DUNS number, Organization name, Address, Contact Name, Email Address, Web Site Address, Telephone Number, Type of Organization, etc; (2) A capability statement supporting claims of organizational and staff capability. The capability statement should address the organizations qualifications and ability to perform the work in accordance with the requirements that are fully defined in the attached draft Performance Work Statement (PWS). This can also include current or past performance of providing same or similar scope of work to the Government. (3) Feedback regarding the stated requirements and objectives outlined in the Draft Performance Work Statement (PWS), including, but not limited to: areas requiring additional explanation, potential issues, any sections that could be refined to provide a clearer understanding of the contract requirements. Note: Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. The website is https://www.sam.gov. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. All information contained in this sources sought announcement is preliminary, subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Air Force to facilitate decision making and will not be disclosed outside of the Government. Responses must be received via e-mail no later than 15 February 2022 by 4:30 pm CST.� All responses should be e-mailed to julie.bragg.1@us.af.mil and matthew.lahr.3@us.af.mil We appreciate your interest and thank you in advance for responding to the questions included in this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c4c74b53de1e4bc8a0243d0b0658adfd/view)
- Place of Performance
- Address: Tyndall AFB, FL 32403, USA
- Zip Code: 32403
- Country: USA
- Zip Code: 32403
- Record
- SN06230509-F 20220203/220201230116 (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 |