The RFP Database
New business relationships start here

Maintenance Services for Liburdi Automated Welding Systems


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

 
Calibration, Preventative Maintenance and Remedial Maintenance for Liburdi Automated Welding Systems

 


INTERESTED SOURCES MUST SELECT "ADD ME TO INTERESTED VENDORS" BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT BY THE "CLOSING DATE" OF THIS NOTICE.


 


THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.  REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.

 

PURPOSE


 


This Sources Sought Synopsis (SSS) is in support of market research being conducted by the United States Air Force (USAF).  This market research is being conducted to increase competition for this requirement by identifying potential sources and to gauge small business interest to determine whether or not this requirement can be satisfied with a Small Business Set-Aside.


 


The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement.  The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.


 


Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the Maintenance Services listed below.  Generally, the work to be accomplished includes calibration, preventative maintenance and remedial maintenance services.


 


 


DESCRIPTION


 


North American Industry Classification System (NAICS) Code:  Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance


SBA Size Standard:  $ 7.5 M


 


Requirement Information:  Calibration, Preventative and Remedial Maintenance for 9 Liburdi Automated Welding Systems as outlined in the attached PWS and Appendix A (Equipment List).  This requirement is for one base year and two 1-year options, for a total of three years.


 


 


PROGRAM  INFORMATION

 

Item                       Noun                                                                     Est. Requirement

0001                      Calibration and Preventative Maintenance             YR 1 - 1 LOT


                              For 9 Liburdi Automated Welding Systems


0002                      Remedial Maintenance for 9 Liburdi


                              Automated Welding Systems

Item                       Noun                                                                     Est. Requirement

1001                      Calibration and Preventative Maintenance             YR 2 - 1 LOT


                              For 9 Liburdi Automated Welding Systems


1002                      Remedial Maintenance for 9 Liburdi


                              Automated Welding Systems

Item                       Noun                                                                     Est. Requirement

2001                      Calibration and Preventative Maintenance             YR 3 - 1 LOT


                              For 9 Liburdi Automated Welding Systems


2002                      Remedial Maintenance for 9 Liburdi


                              Automated Welding Systems


 


ESTIMATED SOLICITATION INFORMATION


 


Estimated Solicitation Date:  May 2018


Estimated Solicitation Closing/Response Date: May 2018


PR#:  F3YCEB8074A107


 


Attention:


 


Contractor must be registered with System for Award Management (SAM) to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at https://www.sam.gov.


 

Company Information:

Please provide the following business information for your company and for any teaming or joint venture partners:

 

•-  Company Name/Address

•-  Point of Contact

-Socio-economic status

 

•-  CAGE Code (if available)

•-  DUNS Number

•-  Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) Size relative to NAICS Code 811310  (Small Business Size Standard $ 7.5M)

•-  Phone/Fax Number

•-  Email address

•-  Web page URL

•-  U.S. or Foreign Owned Entity

 

•-       Provide any recommendations and/or concerns.

•-       Please indicate whether your interest in this as a prime contractor or as a subcontractor?

•-       As a small or large business, do you believe conditions exist for a small business set-aside in accordance with FAR 19.502-3(a) for any portion of the requirement described above? If yes, please indicate which portion of the requirement and the most appropriate NAICS code for each portion.


 

•-       Of the portion of work you identified as having the potential to be small business set-aside, are you most interested in performing as a prime contractor or subcontractor for the requirement described above and indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate?

 

•-       If you are a small business, of the portion of work you identified as having the potential to be partially set-aside, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern."


 

•-       If you are a small business interested in performing a portion of the requirement as a set- aside, provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as  it relates to the magnitude of this anticipated requirement and/or the portion of the work you identified as having   the potential to be partially set-aside.

 

•-       If a large business, relative to NAICS Code 811310, submit the reasonable expectation of subcontracting opportunities for small business concern(s) to provide materials and/or services in support of your capabilities to provide Maintenance Services in accordance with the above referenced products.

 

•-        Do you have any other thoughts or suggestions on ways to increase small business participation in this requirement?

 

 

•-  CAPABILITIES:

 

Please provide your company's capabilities in supplying the listed Preventative, Calibration and Remedial Maintenance Services to the points of contact listed above by 0900 CST on 11 May 2018.  No phone or FAX requests will be accepted. If you have additional questions, please e-mail them to the above email address and a response will be provided.


 


DISCLAIMER:


 


This SSS is issued solely for informational and planning purposes.  It does not constitute a solicitation (Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a solicitation in the future.


 


The information in this notice is based on current information as of the publication date.  The information in this notice is subject to change and is not binding to the Government.  If changes are made, updated information will be provided in future notices and will be posted on the Federal Business Opportunities website at www.fbo.gov.  Responses to this SSS may or may not be returned.  Contractors not responding to this SSS will not be precluded from participation in any future solicitation.


Paul T. Gaines, Phone 4055821833, Email paul.gaines.1@us.af.mil - David W. Herrig, Contracting Officer, Phone 405-739-5819, Email david.herrig.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP