Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2022 SAM #7376
SOURCES SOUGHT

R -- Research and Development Logistics Support (RaDLS)

Notice Date
2/8/2022 7:27:26 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA9451 AFRL RDK KIRTLAND AFB NM 87117 USA
 
ZIP Code
87117
 
Solicitation Number
FA9451-22-S-RADL
 
Response Due
2/24/2022 11:00:00 AM
 
Point of Contact
Nanette R Rogers-Vigil, Phone: 505-853-7579, Faye Ritter, Phone: 505-846-0150
 
E-Mail Address
nanette.rogers-vigil@us.af.mil, lois.ritter.1@us.af.mil
(nanette.rogers-vigil@us.af.mil, lois.ritter.1@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
DISCLAIMER: This is a sources sought notice to identify companies that possess the capacity, experience, and�interest in competing for a Services Contract at Kirtland Air Force Base, NM. Respondents will not be�notified of the results of the evaluation. It is not a Request for Proposal (RFP), Request for Quote (RFQ), Invitation for Bid (IFB), or any obligation on the part of the Government to acquire products or services. �Responses to this Sources Sought are not offers and cannot be accepted by the Government to form a binding contract. �Any and all costs associated with responding to this Sources Sought will be solely the respondent's expense and will not be reimbursed by the Government. �Information provided by respondents MAY be used by Government in acquisition planning and may eventually be considered in future solicitations. �Respondents should mark any proprietary information included in their response. �DO NOT submit any classified materials. � Not responding to this Sources Sought does not preclude participation in any future solicitations. �If a solicitation is released, it will be synopsized in the applicable Government wide Point of Entry. �It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this requirement. REQUIREMENT: AFRL�is seeking information on establishing a (revised) follow-on contract for FA9451-18-C-0027, Logistics Material Control Activity The requirement of this service contract is to provide personnel that can quickly support material control, material handling, transportation, maintenance programs, hazardous materials, lab gases and cryogenics, lab safety programs, facility management and lab supply and stock needs of research and development programs at Phillips Research Site (PRS), Kirtland AFB NM. SUBMITTAL REQUIREMENTS: As permitted by FAR Part 10, interested parties are invited to�respond to this sources sought by submitting a brief capabilities statement package demonstrating�ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm�s qualifications to perform the�defined work. Please note that your submittal shall not exceed ten (10) pages. PAGES IN EXCESS�OF THE TEN (10)-PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed�responses no later than 24 February 2022 to the Contract Specialist, Nanette Rogers-Vigil via email at�nanette.rogers-vigil@us.af.mil. Identify in the subject line of your response: ""FA9451-22-S-RADL"".� The Government is not obligated to and will not pay for any�information received from the potential sources as a result of this sources sought.� Information received�as a result of this sources sought will become part of our market research to determine interest and�capability of potential sources. The documentation shall address, at a minimum, the following: A. COMPANY PROFILE. To include: (1) Company name and address; (2) Year the�firm was established and number of employees; (3) names of two principals to contact�(including title, telephone and email addresses); (4) DUNS number; (5) CAGE Code; and (6) positive assertion indicating registration in SAM (http:www.sam.gov). B. RELEVANT EXPERIENCE. Include experience in performing efforts of similar�value, size, and scope within the last five (5) years. The following Government or�commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative�Contracting Officer�s Name, Telephone Number and/or email address; (4) Contracting�Officer�s Technical Representative or Primary Point of Contact, telephone and email address; (5) Indication of whether your firm acted as prime or subcontractor; (6) Contract�Period of Performance and Contract Value; (7) Brief summary of work performed and how�it relates to the technical services described herein; and (8) Explain what procedures you�would employ to ensure you can meet schedule and performance requirements of the attached PWS�at this location. C. PHASE-IN. The Government is contemplating a minimum phase-in time of 30�days for the work included in the planned procurement. Would you consider this an�adequate amount of time? If not, what period of time would you recommend and what is your recommendation based on? D. CONTRACT TERM. Unless approval is obtained, FAR 17.204(e) states that service�contracts cannot exceed five years. The proposed contract term is for a base period of up�to one (1) year and includes up to four (4) one-year option periods and up to six (month) extension, for a proposed total�contract term, if all options are exercised, not-to-exceed 66 months.� Please provide in your�response how the proposed longer term would affect your firm�s willingness to submit a�proposal. In addition, identify efficiencies or inefficiencies that may result through a�potential longer term contract; and identify the effect, if any, the term would have on�forming business relationships with partners or subcontractors. Your response should also�address impacts on vendor performance, contract costs, staffing and/or changes in�technology over the term. In summary, the Government requests feedback describing both�positive and negative aspects of the proposed term length. E. ADDITIONAL INFORMATION, if any, that the responders believe to be relevant to�this requirement. RESPONSES ARE DUE NO LATER THAN 24 FEBRUARY2022 BY 4:00PM MOUNTAIN STANDARD�TIME.�� Questions or comments regarding this notice may be addressed in writing to Nanette Rogers-Vigil via email at�nanette.rogers-vigil@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28a98661480145fd8ef85d90fcaae474/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN06236983-F 20220210/220209211722 (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.