SOLICITATION NOTICE
42 -- F&ES PPE Ensemble
- Notice Date
- 3/12/2022 3:15:45 PM
- Notice Type
- Presolicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
- ZIP Code
- 32403-5322
- Solicitation Number
- FA8051-22-R-0001
- Response Due
- 3/31/2022 2:00:00 PM
- Point of Contact
- Myisher Perry, Phone: 8502836832, Bryant Soule
- E-Mail Address
-
Myisher.Perry@us.af.mil, Bryant.Soule@us.af.mil
(Myisher.Perry@us.af.mil, Bryant.Soule@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A PRE-SOLICITATION NOTICE FOR PLANNING PURPOSES ONLY AND INCLUDES DRAFT REQUEST FOR PROPOSAL INFORMATION. THIS IS NOT A FORMAL SOLICITATION. PLEASE DO NOT SUBMIT A PROPOSAL. This Pre-Solicitation Notice is being issued for the purpose of advising potential Offerors of the United States Air Force (USAF) requirement for Fire and Emergency Services Personal Protective Equipment Structural Ensemble. The ensemble includes Structural Coat, Structural Pants, and Suspenders. FES PPE will fill the needs of 188 AF Fire Stations both Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS) installations. This also has the potential to extend to other agencies within the Department of Defense. The intent is to eventually award a five (5) year Indefinite Delivery Indefinite Quantity contract to allow for the acquisition of commercial F&ES PPE.� Delivery orders will fluctuate dependent on the USAF�s needs. This effort is a validated FY22 requirement; however funds are currently not available. The Government reserves the right to cancel this requirement at any time. Should the Air Force determine to proceed with this requirement, it will be processed using FAR Part 12 and FAR Part 15 procedures and will result in a Firm Fixed Price (FFP) single award IDIQ. The requirement will be issued as Total Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 339113 Surgical Appliance and Surgical Supplies Manufacturing. The small business size standard for this NAICS is 750 employees.� However, the small business size standard for a concern that submits an�offer,�but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees. Offerors will be required to identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest (OCI). Information regarding the Draft RFP is included in this pre-solicitation notice for the purpose of obtaining industry feedback. Response to the request for questions is strictly voluntary and will not affect any firm's ability to submit an offer if, or when, a Final Solicitation is released. However, we highly encourage you to reply. The request is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. There is no entitlement to payment by the Government of direct or indirect costs or charges that arise as a result of the submission of information in response to this notice. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This notification is provided to allow early review of DRAFT RFP documentation for this requirement. Questions concerning the DRAFT RFP are due by the closing date of the notice and shall be emailed to the points of contact listed in this notice. The government will collect all submitted questions/comments, and provide them with the government's response as an attachment to the final solicitation. A formal solicitation will be finalized and posted to http://beta.sam.gov on or about 15 May 2022 with responses due approximately 30 days later. NOTE:� In order to receive a contract award, if issued, the successful offeror must be actively registered in and have their Online Representations and Certifications completed in the System for Acquisition Management (SAM) - www.SAM.gov.� Offerors must also be actively registered in Wide Area Workflow (WAWF) - https://piee.eb.mil. All responsible sources may submit an offer which shall be considered by the agency.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3f0deb96d1fa433abf116fd929a81885/view)
- Place of Performance
- Address: Tyndall AFB, FL 32403, USA
- Zip Code: 32403
- Country: USA
- Zip Code: 32403
- Record
- SN06265291-F 20220314/220312230056 (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 |