The RFP Database
New business relationships start here

Variable Height Tower Cyclical Maintenance Services


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

The Department of Defense, United States Air Force (USAF), Air Force Technical Center (AFTC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing the VHT Cyclical Maintenance and Repair Services in accordance with the Draft PWS dated 03 August 2017.

All interested vendors shall submit a response demonstrating their capability to provide the maintenance and repair services to the contacts listed below.  Proposals are not being requested or accepted at this time.  As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.  The decision to solicit for a contract shall be solely within the Government's discretion.


The anticipated NAICS Code assigned to this acquisition is 811310 Industrial equipment and machinery repair and maintenance services, with a size standard of $7.5M. The requirement is for a contract vehicle to acquire maintenance and repair services for the Variable Height Tower (VHT) located on Range C-86 of Eglin AFB, Florida. The anticipated contract will be a Firm Fixed-Price type contract for one (1) Base Year and four (4) 12-Month Option Periods. See attached DRAFT PWS dated 03 August 2017 to include attachments.


Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).  Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.  The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. No set-aside decision has been made.  Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the cost of the contract performance incurred for personnel, as defined in FAR Clause 52.219-14 Limitations on Subcontracting.


Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. 


CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.  The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.  Capability Statements/responses should include the following: (1) name, cage code, address, phone, fax, e-mail and website if applicable; and (2) a list of similar contracts your firm currently holds or has completed. The list of relevant contracts should include the location, contract number, description, estimated yearly value, performance dates, and Government point(s) of contact (Contracting Officer and Contracting Officer Representative) with phone and fax numbers. Please limit your responses to 15 pages.


The solicitation package and any amendments will only be available electronically to FedBizOpps. No paper copies of the solicitation will be mailed. Once the solicitation is posted, it is the responsibility of the interested parties to review the website for updates/amendments. The closing date for submission of offers will be contained within the solicitation package. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract; https://www.sam.gov/portal/SAM/.


Responses shall be submitted electronically to the following e-mail address:  misty.fariss@us.af.mil with a courtesy copy to kristina.brannon.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads Eglin VHT Cyclical Maintenance and Repair Services. Attachments with files ending in .zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.  All other attachments may be deleted. 


RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) 29 Sep 2017.


Misty Fariss, Contracting Officer, Phone 8508823407, Email misty.fariss@us.af.mil - Kristina Brannon, Contract Specialist, Email kristina.brannon.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP