The RFP Database
New business relationships start here

Market Research Breath Alcohol Testing Services


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

 
The 502d Contracting Squadron located at Joint Base San Antonio-Randolph (JBSA-RAN) is publicizing this Sources Sought Notice FA3016-17-BATSVCS as Market Research into the availability and capability of sources to provide Breath Alcohol Testing Services at the three JBSA locations of Ft. Sam Houston, Lackland, and Randolph military bases.



This is not a Request for Proposal (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB), and responses to this notice are strictly voluntary as there are no funds available to reimburse any costs that might be incurred in preparing and submitting a response. 


The services include the furnishing of all parts, labor, materials, tools, equipment, supervision, and transportation necessary to perform Breath Alcohol Testing Program Technical Supervisory Services as set forth in the attached (draft) Statement of Work. 


The proposed North American Industry Classification Systems (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a Small Business size standard of $20.5 million.  (Note: the government will consider an alternative NAICS code if sufficient rationale is provided to support the change.)


The government requests interested parties prepare and transmit a Capability Statement that includes the following:


(a) Firm's INFORMATION [name, address, phone number, Contractor and Government Entity (CAGE) Code, DUNS];  (CAGE Codes are obtained at the System for Award Management (SAM) website https://www.sam.gov/portal/SAM/#1#1. In order to receive a Government contract a company must maintain an active SAM registration and there is never a cost to register in or use SAM.)


(b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (Any responses involving teaming agreements should delineate the percentage of work that will be accomplished by the prime versus the work accomplished by the teaming partners.)


(c) STATUS e.g., 8(a) [include graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned, Women-Owned small business, small business, etc.


(d) A CAPABILITY STATEMENT that clearly demonstrates a history of relevant and recent (within the past five years) experience performing the same or similar services.  The performance history should identify the work as commercial (industry) or government and include the contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity the company performed (e.g., prime, subcontractor, etc.).  Interested contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail as to allow for government review of the firm's interest and capabilities. Responses shall be limited to no more than six (6) pages.


Responses to this notice will help determine whether to set any future acquisition aside for 100% small business, or solicit under full and open competition.


This Sources Sought is issued for planning purposes only. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any submittal preparation costs. 


Any future solicitation will be made available only on the Federal Business Opportunities website (https://www/fbo.gov/) and interested parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments.


Capabilities packages can be submitted by e-mail to Vivian Fisher, vivian.fisher@us.af.mil and SSgt Natalie Parraghi, natalie.parraghi@us.af.mil or hard copy mailed to: 502d Contracting Squadron, 395 B Street West Suite 2, JBSA Randolph TX 78150.  Responses are due not later than 25 July 2017 at 4:30PM Central Time.  (Note: Due to increased firewall protections some e-mails may be blocked.  If a read receipt or acknowledgement to your e-mail submission is not received, recommend following up by telelphone to (210) 652-8596 (Vivian) or SSgt Parraghi (210) 652-8586.


Vivian Fisher, Contracting Officer, Phone 210 652-8596, Email vivian.fisher@us.af.mil - Natalie Parraghi, Contract Specialist, Phone 2106528586, Email natalie.parraghi@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP