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 -- Fire Suppression and System Sustainment

Notice Date
4/8/2025 10:45:41 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
TEMP9858917
 
Response Due
4/23/2025 12:00:00 PM
 
Archive Date
05/08/2025
 
Point of Contact
JAMIL MINOSA, Kimberly Tate, Phone: 6612777402
 
E-Mail Address
jamil.minosa.2@us.af.mil, kimberly.tate.2@us.af.mil
(jamil.minosa.2@us.af.mil, kimberly.tate.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR INFORMATION (RFI): SEE PWS ATTACHED The Air Force Test Center (AFTC) is soliciting information and comments from industry on its ability to provide: Electronic Warfare Group (EWG) Fire Suppression and System Sustainment In response to this RFI, respondents shall submit written responses, not-to-exceed twenty (20) pages in length via email. Product specifications or listings of authorized distributors are not to count as part of the page count. Respondents are requested to provide support/product details specifically addressing: Fire Suppression and System Sustainment. The applicable NAICS code is 561210 � Facilities Support Services, 811310 � Commercial and Industrial Machinery and Equipment Repair and Maintenance / Product Service Code J042. SUPPORT/SERVICE Government has a need to test, maintain and potentially repair fire suppression systems at the Electronics Warfare Group (EWG) at Edwards Air Force Base in California. Building 1020 was built in 1980, Building 1030 was built in 1989 and Building 1040 was built in 2023. There are 4 smaller support buildings (1022A, Temporary Storage Building, RAM Storage Building, Fire Pump House) that also have fire suppression systems. These buildings require recurring maintenance and testing to ensure compliance with NFPA and UFC standards. ADDITIONAL SUBMISSION INFORMATION: The Government does not intend to award a contract based on this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15-207, Handling Proposals and Information. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) nor a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Applicable Provisions: FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although �proposal� and �offeror� are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: planning. Failure to respond to this RFI does not preclude participation in any future associated request for proposal that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Government Point of Entry (beta SAM) website: www.beta.sam.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESOND: Interested parties shall respond with solutions that meet all or a subset of the aforementioned attributes. The first section of the response will provide administrative information and shall include the following as a minimum: organization name, cage code, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Respondents should submit electronically, at a minimum, their qualifications and any other information considered pertinent to the requirement to both individuals listed below no later than 23 April 2025, 3:00 pm EST. It must clearly show the firm's ability to be responsive without compromising the quality, accuracy or reliability of the materials without causing programmatic hardship. All responsible sources may submit a capability statement which shall be considered by the agency. Information considered to be relevant to this RFI should be sent electronically to: Contract Specialist (Primary POC): Kimberly Tate kimberly.tate.2@us.af.mil Contracting Officer (Secondary POC): SSgt Jamil Minosa jamil.minosa.2@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8d77ec3d34e04e2f90d810869bf1ec1e/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07401762-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.