Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2025 SAM #8536
SOURCES SOUGHT

J -- Vehicle Barrier Maintenance and Repair Services

Notice Date
4/8/2025 10:55:38 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875125Q0064
 
Response Due
4/23/2025 12:00:00 PM
 
Archive Date
05/08/2025
 
Point of Contact
Jennifer Calandra
 
E-Mail Address
Jennifer.Calandra@us.af.mil
(Jennifer.Calandra@us.af.mil)
 
Description
The Air Force is seeking 8(a), HUBZone, Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Business (SB), or Small Disadvantaged Business (SDB) sources to provide preventive maintenance (PM), inspection, and minor repair for operational vehicle barriers. Note that this Sources Sought Notice is for planning purposes only. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and the contractor agrees that it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. The solicitation will be conducted under NAICS code 811210 with an associated small business size standard of $34,000,000 average annual revenue. No set-aside determination has been made. DESCRIPTION: The Air Force Research Laboratory, Rome Research Site, seeks capable sources to provide preventive maintenance, inspection, and minor repair services for operational vehicle barriers at its Rome, Newport, and Stockbridge, NY locations. The anticipated performance period includes a base year with four option years and a potential six-month extension. The contractor shall provide all personnel, labor, equipment, supplies, tools, materials, supervision, travel, periodic inspection, minor repair, and other items and services necessary to provide maintenance for the Air Force vehicle barrier systems. The Contractor shall be required to perform all work under this contract in accordance with (IAW) the DRAFT Performance Work Statement (PWS). The work includes but is not limited to, actuators, control systems (including software), control wiring, circuitry, structural framework, lighting, spring assembly, hydraulic-related equipment, safety loops and other vehicle detection systems, switches, corresponding traffic lights, light duty drop arms, associated computerized systems, and control cabinets. The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards. The attached DRAFT PWS (Attachment 1) provides further details for this requirement. The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work. Interested offerors are encouraged to review the attachments and provide comments and/or questions. RESPONSE PROCEDURE Prime contractors who are 8(a), HUBZone, Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Business (SB), or Small Disadvantaged Business (SDB) concerns, who intend to submit a proposal for this notice MUST submit the following by 3:00 p.m. EDT, 23 April 2025: (1) a positive statement of intent to submit a proposal for this solicitation as a prime contractor. Include a description of how the 50% requirement would be met. Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for. (2) dated letter or certification, or registration in appropriate program repository, from the appropriate competent jurisdiction that evidences 8(a), HUBZone, Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Business (SB), or Small Disadvantaged Business (SDB) concern participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.) (3) Evidence of successful performance within the past three (3) years of no more than five (5) contract efforts similar in magnitude and scope to the work described in this notice. Include such information as contract requirements, contract amounts, performance periods, and points of contact. All of the above must be submitted in sufficient detail for a decision to be made on the availability of 8(a), HUBZone, Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Business (SB), or Small Disadvantaged Business (SDB) concerns. Failure to submit all information requested may result in a contractor being considered �not interested� in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Jennifer Calandra, jennifer.calandra@us.af.mil, with an email copy to John Haberer, john.haberer@us.af.mil and Mr. Michael Graniero, Small Business Professional, michael.graniero@us.af.mil Point of Contact: Jennifer Calandra Contract Specialist Email: jennifer.calandra@us.af.mil NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government�s use of such information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8151d69ea6ce4603b083cba42caba757/view)
 
Place of Performance
Address: Rome, NY 13441, USA
Zip Code: 13441
Country: USA
 
Record
SN07401761-F 20250410/250408230056 (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.