The RFP Database
New business relationships start here

FORCE PROTECTION EQUIPMENT REPAIR AND MAINTENANCE


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

   
 


THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY.  This announcement closes 1:00 p.m. Eastern Standard Time on FRIDAY, 25 Oct 19.  The government is seeking industry input from all sources (small and large businesses) at this time.  Small Business concerns are highly encouraged to respond to this request in order for the government to determine if this acquisition should become a total small business set aside under the auspices of the Federal Acquisition Regulation (FAR) Part 19.  Note: Required services are performed strictly OCONUS.  The applicable North American Industry Classification System (NAICS) for this requirement is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a corresponding size standard of $8M.  Interested parties must be registered under NAICS 811310 in SAM (System for Award Management) at www.sam.gov.  The government plans to consider all information submitted in response to this Sources Sought Notice. 


Air Combat Command, Acquisition Management Integration Center (ACC AMIC), Joint Base Langley-Eustis, VA, is in the process of determining the acquisition strategy to obtain non-personal services for Force Protection Equipment Repair and Maintenance services necessary to perform Pop-up Barrier, Drop- and Slide- Arm Barriers, Armored Gate House (AGH), and Skywatch Tower setup, installation, maintenance and repair services as defined in this Performance Work Statement (PWS) at Air Force Central Command (AFCENT) Area of Responsibility (AOR) which includes (but may not be limited to) Iraq, Afghanistan, Qatar, Jordan, United Arab Emirates, Saudi Arabia, and Kuwait.  For this requirement, the contractor shall provide all required resources and personnel to perform all efforts necessary to execute pre-deployment, deployment, and post-deployment activities as defined in the Performance Work Statement.


Performance will consist of a Phase-In period (approximately two (2) months), one (1) base period (10 months), and four (4) one-year option periods.  The government anticipates making award on or about Jun 2020.  The Request for Proposal (RFP) release date is to be determined.  Please note:  This is an estimated posting timeframe and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website at www.fbo.gov for all subsequent postings.  A "Draft" Performance Work Statement (PWS) is posted in conjunction with this notice to provide the size, scope and complexity of this requirement.


This is a new Air Force requirement.  The government is seeking industry input to determine if there are adequate small business concerns capable of performing the requirement.  A determination regarding set aside status for this effort has not been made.


This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the government to any acquisition for these services.  All interested parties are requested to submit a capabilities package (please limit to no more than 10 pages total) outlining your company's key business abilities relevant to the performance of this requirement (reference Draft PWS) and addressing the questions found in Attachment 2.  Please submit the information to this office by NLT the closing date and time (25 Oct 19, 1:00 p.m. Eastern Standard Time) to Mr. Scott Bedford at scott.bedford@us.af.mil and Mr. Michael Adams at michael.adams.106@us.af.mil.     

 


Scott D. Bedford, Contract Manager, Phone 7572259834, Email scott.bedford@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP