Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2025 SAM #8530
SOURCES SOUGHT

D -- MABSM implementation and sustainment effort at Hill AFB OO-ALC, Warner Robins AFB WR-ALC, and Tinker AFB OC-ALC

Notice Date
4/2/2025 3:04:59 PM
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
FA8224 AFSC OL H PZIM HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA8224-25-MABSMImplementionandSustainment
 
Response Due
5/2/2025 3:00:00 PM
 
Archive Date
05/17/2025
 
Point of Contact
Hannah Rearick, Phone: 8015863335, Jason Neering, Phone: 8015868885
 
E-Mail Address
hannah.rearick@us.af.mil, jason.neering@us.af.mil
(hannah.rearick@us.af.mil, jason.neering@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTICE: This is NOT a solicitation, but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist in determining if this effort can be competed among Small Business Contractors. The proposed North American Industry Classification Systems (NAICS) Code is 541513 which has a corresponding Size Standard of $37.0M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in Small Businesses. The Government requests that interested parties that are a Small Business respond to this notice if applicable and identify your small business status to the identified NAICS Code. ________ Small Business ________ Small Disadvantaged ________ Women-Owned ________ Veteran-Owned ________ Service-Disabled-Veteran-Owned ________ Hub-Zone ________ 8(a) ________ Large Business Program Details: The purpose of this requirement is to provide implementation, sustainment, special project, and training services for the Maintenance and Business System Modernization (MABSM) system, the Maintenance Repair Overhaul (MRO) system of record for Ogden Air Logistics Complex (OO-ALC), for continued sustainment support at OO-ALC, as well as Implementation and sustainment at Warner-Robins Air Logistics Complex (WR-ALC) and Oklahoma City Air Logistics Complex (OC-ALC), including all internal groups and geographically separated units (GSUs). PLEASE SEE ATTACHED PWS FOR MORE INFORMATION. The PWS is in draft form and will be updated to this notice as significant updates are made to it. Many of the appendices are being reworked and not included in the current draft PWS. Instructions: The Government requests interested parties provide the following information (please limit responses to no more than 6 pages): Company Name and Commercial and Government Entity (CAGE) Code. Name, phone number, and email address for point of contact(s). The applicable NAICS Code for the acquisition is 541513, which has a size standard of $37.0M. If you disagree that 541513 is the proper NAICS Code. Please submit this information to the requiring activity along with what NAICS Code you believe this should be classified under. You are encouraged to provide any documentation to support your business�s capabilities in meeting the requirements described in this Sources Sought along with the attached Performance Work Statement (PWS). Failure to provide this type of documentation may result in the Government being unable to adequality assess your business�s capabilities and potential to provide the work. Questions relative to this market survey should be addressed to the contacts provided below. The question must contain a phone number and email address for responses. Please provide all responses to this survey to include any questions or comments you might have to the requiring activity no later than May 02, 2025 to the attention of Hannah Rearick at hannah.rearick@us.af.mil and to Jason Neering at jason.neering@us.af.mil. Future updates may occur to this notice
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ddc18c407ad4a3a9789a45abab60466/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07395755-F 20250404/250402230055 (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.