Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2022 SAM #7476
SOURCES SOUGHT

J -- Rust Repair

Notice Date
5/18/2022 12:06:28 PM
 
Notice Type
Sources Sought
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
W7N4 USPFO ACTIVITY VTANG 158 SOUTH BURLINGTON VT 05403-5867 USA
 
ZIP Code
05403-5867
 
Solicitation Number
F9P3LS
 
Response Due
6/16/2022 12:00:00 PM
 
Point of Contact
James Yoshikawa, Phone: 8026605423, Brian J. Dusablon, Phone: 8026605361
 
E-Mail Address
james.yoshikawa@us.af.mil, brian.dusablon@us.af.mil
(james.yoshikawa@us.af.mil, brian.dusablon@us.af.mil)
 
Description
The Vermont Air National Guard 158th Fighter Wing (158 FW), is seeking sources for Vehicle body work. The Mission Support Contracting Office (158 MSC)�is in the process of determining the acquisition strategy to obtain non-personal services to provide vehicle body work. The Government is seeking potential sources for a/multiple three year Blanket Purchase Agreement (BPA). For this requirement, the contractor's tasks shall include a capability statement and past performance that demonstrates ability to provide transportation to and from the 158 FW and perform rust repair. The 158 FW has approximately 15 vehicles requiring body work to be restored to serviceable condition. The estimated work load would include vehicles similar to the following. 2013 Chevy Silverado 1500 - rust 2004 Dodge Ram 1500 - rust 2005 Ford F150 Body - damage 2005 Chevy Express Commercial Cutaway Van � rust 2008 Ford F150 XL � rust 2008 Ford F350 - rust DISCLAIMER: This sources sought notice is for informational purposes only and IS NOT a request for proposal.� It does not constitute a solicitation and shall not be construed as a commitment by the Government.� Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement.� The Government will not be responsible for any costs incurred by interested parties in responding to this notice.� Any information submitted by respondents is strictly voluntary.� NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 811121, Automotive body, paint and interior repair and maintenance with the corresponding size standard of $8.0 million. Interested parties must be registered under NAICS 811121 in SAM (System for Award Management) at www.sam.gov. VENDOR RESPONSE/REQUIRED CAPABILITIES: It is requested that vendors respond to this sources sought notice with information in sufficient detail regarding their capabilities and capacity to satisfy the requirement for performing�meal services.� SUBMISSION DETAILS/INFORMATION SOUGHT BY THE GOVERNMENT: A. COMPANY PROFILE. To include: (1) Company name and address (2) DUNS number or CAGE Code. (3) Business Size (i.e., Small Business, Other than Small). (4) Socio-Economic status (5) Brief information on capabilities to finance, mobilize, and manage a service contract of this size. (6) NAICS code(s) the company usually performs under. B. RELEVANT EXPERIENCE. Include experience in performing efforts of similar 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. 158 MSC is interested in obtaining industry inputs regarding PWS requirements, including but not limited to: (1) Identification of areas requiring additional explanation (2) Potential future issues (3) Areas that could be refined to provide a clearer understanding of the requirement (4) Identification of any areas that you believe are non-commercial Questions will be answered and uploaded in a future attachment to this posting.� No company specific information will be provided.� Please e-mail all comments, suggestions, and questions to Brian Dusablon, Contracting Officer, at brian.dusablon@us.af.mil and TSgt James Yoshikawa Contract Specialist, at james.yoshikawa@us.af.mil. It is the interested parties� responsibility to confirm Government receipt of their submission.� Please provide responses and industry feedback to this notice via e-mail to the recipients identified above or through DoD SAFE by 3:00 pm Central Standard Time (EST), Thursday, 16 June 2022.� Capability packages must demonstrate your ability to perform the service requirements identified in the Draft PWS. 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/97bdc7055e80480e9635bd2166df4449/view)
 
Place of Performance
Address: South Burlington, VT 05403, USA
Zip Code: 05403
Country: USA
 
Record
SN06331481-F 20220520/220518230102 (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.