The RFP Database
New business relationships start here

Replace Drop-Arm Barriers


Missouri, 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 ONLY
THIS IS NOT A REQUEST FOR PROPOSAL

Reference Number: FA4625-18-N-0007
Requirement Title: Replace Drop-Arm Barriers 12K Crash Rated
at Bldg 90/12th Street and Entry Control Point (ECP) - 2 outbound
Whiteman Air Force Base, MO



The 509th CONS at Whiteman AFB, Missouri, is seeking potential sources for replacing drop-arm barriers 12K crash rated at Bldg 90/12th street and entry control point (ECP) - 2 outbound. The services will include all personnel, equipment, supervision, supplies, materials, and transportation services replacing drop arm barriers. Specific requirements and characteristics are listed in the draft Statement of Work (SOW), dated 4 June 2018.


The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), or invitation for bid (IFB) or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to this sources sought announcement. The Government does not intend to award a contract on the basis of this announcement or otherwise pay for any information submitted by respondents to this request. This notice is for planning and market research purposes only. Any resulting solicitation will be posted at the www.fbo.gov website.


Potential Offerors must be registered in the System for Award Management (SAM), www.sam.gov, in order to conduct business with the Federal Government. The registration process is free, but does take time and effort on behalf of a firm to complete. Interested parties are encouraged to start the registration process early so the firm can be considered for award. Registration instructions are attached to this posting.


The contract type will be Firm-Fixed Price. Any resulting solicitation may be posted on/about 22 June 2018. The contract may start on/about 3 August 2018. Period of performance for this contract will be 60 days from date of contract award.


The North American Industry Classification System (NAICS) Code is 332323, Ornamental and Architectural Metal Work Manufacturing, and the size standard is 500 Employees.


Interested organizations may submit their capabilities, and qualifications to perform the effort in writing to the identified point of contact not later than 2:00 PM CDT on 21 June 2018. Such capabilities and qualifications will be evaluated solely for the purpose of determining if this procurement can be set-aside on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. The dollar magnitude for this construction requirement is between $100,000 and $500,000.


 


 



Interested sources shall provide the following information:


1. A detailed capabilities statement with their capabilities in providing the same or similar services described in this notice. Please limit your capabilities listing to no more than five (5) pages.


2. A point of contact with phone and e-mail information.


3. DUNS & CAGE Code.


4. Business Socio-Economic Factors, such as: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Women-Owned Small Business, Small Business, etc.


5. Business size based on NAICS Code is 332323, Ornamental and Architectural Metal Work Manufacturing.


6. A positive statement of interest to submit a proposal or quotation.



NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply.


This request for information is not a solicitation and the Government will not pay for any information submitted, or for any costs associated with providing the information. All interested prime contractors capable of performing this requirement are highly encouraged to submit a capability package to: 509cons.sollgca@us.af.mil or FAX to (660) 687-7083. If you have any questions, please submit them to 509cons.sollgca@us.af.mil.


End of Document


Jerry Watson, Contract Administrator, Phone 660-687-6364, Fax 660-687-4822, Email jerry.watson.3@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP