Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2025 SAM #8466
SOURCES SOUGHT

99 -- Logistics Readiness Squadron Capabilities

Notice Date
1/29/2025 12:17:39 PM
 
Notice Type
Sources Sought
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
LRS_RFI_29Jan2025
 
Response Due
3/3/2025 10:00:00 AM
 
Archive Date
03/18/2025
 
Point of Contact
Katelyn N. Timmermann, Phone: 6182561188, Lisa Pendragon, Phone: 5052259752
 
E-Mail Address
katelyn.timmermann@us.af.mil, lisa.pendragon@us.af.mil
(katelyn.timmermann@us.af.mil, lisa.pendragon@us.af.mil)
 
Description
The Air Force Installation Contracting Command (AFICC) 763d Enterprise Sourcing Squadron (ESS) is seeking information from industry capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services as a prime contractor for LRS organizations as an enterprise services contract. LRS services are currently provided to a diverse range of customers, with a footprint that spans 27 locations across 10 major commands, and encompasses over 34 separate contracts, including those listed on �Attachment 2 � Service Capabilities and Locations� of this RFI. This Enterprise contract may be scoped to include any and up to all Air Force bases, to include surge support. This RFI is issued for informational and planning purposes only. The Government is considering a strategic sourcing/enterprise contract vehicle to support LRS capabilities that could potentially support all Air Force (AF) bases (surge support). Specifically, the Government is pursuing an award of a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) with task orders. The period of performance (POP) will have a 5-year ordering period and up to an additional year for performance after the last order is placed for a total possible period of performance of 6 years. The anticipated POP on individual task orders would range from three to five years, with task order performance occurring at one or more bases/units. DISCLAIMER: This is not a Request for Proposal. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made because of this RFI. Any information provided by businesses to the Government is strictly voluntary. The AF will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with anyone other than AFICC 763d ESS Government personnel by potential respondents or their employees regarding this project is prohibited. PURPOSE: This is an announcement seeking market information from vendors capable of providing the services described herein. The description is a summary of the required services and is not intended to be all-inclusive. AFICC 763d ESS is currently conducting market research to locate qualified and interested potential businesses/sources with requisite experience in Logistic Readiness Squadron Capabilities that express interest in performing these requirements. The information requested by this RFI will be used within the AF to facilitate decision making and will not be disclosed outside the agency. PURPOSE: This is an announcement seeking market information from vendors capable of providing the services described herein. The description is a summary of the required services and is not intended to be all-inclusive. AFICC 763d ESS is currently conducting market research to locate qualified and interested potential businesses/sources with requisite experience in Logistic Readiness Squadron Capabilities that express interest in performing these requirements. The information requested by this RFI will be used within the AF to facilitate decision making and will not be disclosed outside the agency. SMALL BUSINESS: For purposes of this RFI, the North American Industry Classification System (NAICS) code, and the small business size standard are as follows: The NAICS codes and size standards are: 485999 All other transit and ground passenger transportation ($19M) 488119 Other airport operations ($40M) 488991 Packing and crating ($34M) 493110 General Warehousing and Storage ($34M) 541614 Process, physical distribution and logistics consulting services ($20M) 561210 Facilities Support Services ($47M) 811111 General Automotive Repair ($9M) CONTRACTING OFFICE ADDRESS: Department of the Air Force, Air Force Installation Contracting Center, 763d Enterprise Sourcing Squadron, 510 POW/MIA Drive, Scott AFB, IL, 62225 PLACE OF PERFORMANCE: CONUS & OCONUS (See Attachment 2) POINTS OF CONTACT (POCs): Send responses to this RFI in writing via email to each of the POCs below no later 03 March 2025: Ms. Lisa Pendragon Ms. Katelyn Timmermann Mr. Rick Thorp lisa.pendragon@us.af.mil katelyn.timmermann@us.af.mil richard.thorp.4@us.af.mil Attachments: Attachment 1 - Vendor Information Attachment 2 � Service Capabilities and Locations
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee2e660c63c64b349d7659c456e82101/view)
 
Place of Performance
Address: Scott AFB, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN07327188-F 20250131/250129230114 (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.