SOURCES SOUGHT
J -- Sources Sought: Self-Contained Breathing Apparatus (SCBA) Annual Testing
- Notice Date
- 3/25/2025 6:30:26 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- FA4809 4TH CONS SQ CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
- ZIP Code
- 27531-2456
- Solicitation Number
- F3T3CE5021AW02
- Response Due
- 4/1/2025 12:00:00 PM
- Archive Date
- 04/16/2025
- Point of Contact
- Sarah Derringer, Phone: 9197225439, MICHAEL DEMERS, Phone: 9197221599
- E-Mail Address
-
sarah.derringer@us.af.mil, MICHAEL.DEMERS.4@US.AF.MIL
(sarah.derringer@us.af.mil, MICHAEL.DEMERS.4@US.AF.MIL)
- Description
- SOURCES SOUGHT: This is NOT a Request for Quote. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Seymour Johnson Air Force Base anticipates a requirement that is being considered under the North American Industry Classification Systems (NAICS) Code proposed 541990 - All Other Professional, Scientific, and Technical Services. This requirement is to provide Self-Contained Breathing Apparatus Annual Testing for MSA G1 Masks, Facepieces, Packs and Escape Packs IAW CFR 1910.134, NFPA 1852 paragraph 4.3.5 and 7.5.1. In all cases, SCBA shall be tested at least annually on a breathing machine that meets the requirements specified in 7.5.5 and 7.5.6. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a180b61e3e74420880557cb314137bbe/view)
- Place of Performance
- Address: Goldsboro, NC 27531, USA
- Zip Code: 27531
- Country: USA
- Zip Code: 27531
- Record
- SN07385550-F 20250327/250325230050 (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 |