SOURCES SOUGHT
99 -- Exhaust Hoods and Duct Cleaning - Eglin AFB
- Notice Date
- 7/11/2022 3:12:15 PM
- Notice Type
- Sources Sought
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T2AZ2074AW01
- Response Due
- 7/20/2022 1:00:00 PM
- Point of Contact
- DENNIS CAPPS, Phone: 8508837452, Zachary Schultz, Phone: 8508825628
- E-Mail Address
-
DENNIS.CAPPS@US.AF.MIL, zachary.schultz.7@us.af.mil
(DENNIS.CAPPS@US.AF.MIL, zachary.schultz.7@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- **Notice to Offeror(s)/Supplier(s). Funds are not presently available for this requirement. The Government reserves the right to cancel this sources sought/request for information, either before or after the closing date. In the event the Government cancels this sought/request for information, the Government has no obligation to reimburse an offeror for any costs.** The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center, Operational Contracting Division, is currently conducting market research seeking capabilities statement from potential sources that are certified as a small business concern under NAICS code that are capable of providing exhaust hoods and ducts cleaning services at Eglin, AFB according to the following overall performance objectives: Overview Description of Services.� The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Exhaust Hood and Duct Cleaning. Place of Performance. �The contractor shall perform these services at Eglin Air Force Base, Florida and all outlying sites and ranges. Objectives.� The contractor shall inspect and clean hoods and ducts systems in accordance with (IAW) NFPA 96 Standard for Ventilation Control and Fire Protection of Commercial Cooking Operation, OSHA and other local, state, and federal rules and procedures. Workload. The following is an estimation of systems and frequencies that the contractor should be expected to handle for the duration of the Governments requirement: 30 systems � monthly 2 systems�bimonthly 6 systems�quarterly 24 systems�semi-annually 2 system�annually 6 systems�on-call basis � All interested and capable small business concerns shall submit a response explicitly demonstrating their capability to perform this effort to the Primary Point of Contact listed below. �Proposals are not being requested or accepted at this time.� As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.� No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.� The decision to solicit for a contract shall be solely within the Government�s discretion. The NAICS Code assigned to this acquisition is 561790, Other Services to Buildings and Dwellings, with a size standard of $7,500,000.00.� Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. EDWOSB).� Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.� The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.� All prospective contractors must be registered in the System for Award Management (SAM) database prior to be awarded a DoD contract.� No set-aside decision has been made.� Note that one of the factors in determining an acquisition to be a Small Business Set Aside is that small business prime contractor must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary.� This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.� CAPABILITIES STATEMENT:� Interested small business concerns shall submit a capabilities statement that explicitly confirms their business size and demonstrates their capability to perform the requirement stated in this notice.� The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.� The response must not exceed five (5) pages.� EDWOSB Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.� This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses shall be received electronically by the following e-mail address:� dennis.capps@us.af.mil .� All correspondence sent via email shall contain a subject line that reads �SS - Exhaust Hoods and Ducts Cleaning Service�.� If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.� Filters are designed to delete emails without a subject or with a suspicious subject or attachment.� Attachments with files ending in .zip or .exe are not allowable and will be deleted.� Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.� All other attachments may be deleted.� Sources may submit information that shall be considered by the agency.� If late information is received, it may be considered, depending on agency time constraints.� All routine communications regarding the announcement should be directed to the contractual points of contact listed in this posting.� The Government may or may not use any responses to this sources sought as a basis for a subsequent solicitation/contract.� Any solicitation/contract developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately.� Responses to this sources sought will not be returned.� The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought.� A bid package or solicitation does not exist at this time.� In order to protect the integrity of any possible future acquisition, no additional information will be provided in reference to this sources sought. RESPONSES �SHALL BE RECEIVED NO LATER THAN 3:00 P.M. (CST) ON JULY 20, 2022.� Direct all questions concerning this requirement SSgt Capps at dennis.capps@us.af.mil .
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fae6fc5010764ee0b09675b744f4a518/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN06384977-F 20220713/220711230112 (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 |