SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL
BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute
a solicitation and/or quote and is not to be construed as a commitment by the
Government.
The Request for Quotation (RFQ) number is FA2521-15-Q-B007 shall be used to
reference any written responses to this sources sought.
Patrick Air Force Base anticipates a requirement that is being considered under a small
business set-aside program. The North American Industry Classification Systems
(NAICS) Code proposed 811310. The size standard for NAICS is $7.5M.
The requirement is to provide bowling alley maintenance at The Alley located at Patrick
AFB per the attached Performance Work Statement (PWS).
Please see attached PWS.
What is the purpose of the item(s): To maintain the bowling lanes at The Alley.
45 CONS is interested in any size business that is capable of meeting this requirement.
The government is also interested in all small businesses including (8(a), Historically
Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses
(SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged
women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB)
that are interested in performing this requirement. The government requests interested
parties submit a brief description of their company's business size (i.e. annual revenues
and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone,
or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements,
and a description of similar services offered to the Government and to commercial
customers.
Any responses involving teaming agreements should delineate between the work that will
be accomplished by the prime and the work accomplished by the teaming partners. The
Government will use this information in determining its small business set-aside
decision."
As stipulated in FAR 15.201, responses to this notice are not considered offers and
cannot be accepted by the Government to form a binding contract. No solicitation exists;
therefore, do not request a copy of the solicitation. The decision to solicit for a contract
shall be solely within the Government's discretion.
Any information submitted by respondents to this sources sought synopsis 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 evaluation 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 businesses, or any
particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB,
VOSB, etc.).
All interested firms should submit a capabilities package that outlines the firm's
capabilities in providing the required services. Contractor is required to provide all
management and labor required for the operation and management of the required
services. Include three past refences with current contact information and contract
number. If subcontracts are to be used, provide anticipated percentage of effort to be
subcontracted and whether small or large businesses will be used. The capabilities
package should be brief and concise, yet clearly demonstrate an ability to meet the stated
requirements. Recent, relevant experience in all areas should be provided. Teaming
and/or subcontracting arrangements should be clearly delineated and previous experience
in teaming must be provided. The response must not exceed 5 pages.
Include in your capabilities package your DUNS, Cage Code, and System for Award
Management expiration date.
Responses may be submitted electronically to the following e-mail address:
[email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q -
B007,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-
3238; or by Fax to 321-494-1843.
RESPONSES ARE DUE NO LATER THAN 21 Nov 2014.
Bid Protests Not Available