Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2022 SAM #7409
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
 
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 |
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.