The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of members of the Small Business Community, to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Business and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price contract. The Government must ensure there is adequate competition among the potential pool of responsive offerors.
This requirement is an interim contract being created to service the C130-J lavatories for two months (1 June 2016- 31 July 2016) while a new Blanket Purchase Agreement can be produced for the requirement. This required service consists of maintaining the standards stated in AMCI 24-101, V 10, Military Airlift-Fleet Services, dated 27 April 2016 and in accordance with T.O. 1C-130J-2-12JG-10-2.
Lavatory service includes discharge, flushing, re-service with cleaning compound solution, rinse and dry, clean and deodorize in accordance with the Performance Work Statement. Contractor shall complete performance within one and a half (1.5) clock hours after receipt of tasking. The Contractor shall comply with all Air Force, federal, state, and local environmental requirements. Contractor shall clean lavatories and provide latrine servicing upon flight line expediter's or Maintenance Operations Control's request. Contractor shall provide additional servicing for sanitation purposes. There shall be, as a minimum, at least one operational lavatory servicing vehicle that meets all safety and environmental standards. Contractor shall dispose residue from lavatories into a Lavatory Service Truck (LST). Contractor shall empty and flush the LST at a minimum of twice a week, and more as required, at the designated sewage disposal station.
North American Industrial Classification System (NAICS)
Code applicable to this acquisition is 562991 - Septic Tank and Related Services
Small Business Size Standard for this acquisition is $7.5 Million.
Offerors response to this Synopsis shall include the following information:
• Offerors name, address, point of contact, phone number, and e-mail address.
• Offerors interest in bidding on the solicitation when it is issued
• Offerors capability to perform a contract for this service to the location specified (include Offerors experience in similar services with brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project).
• Offerors type of small business and Business Size (HUB Zone, Woman-Owned Business, Service Disabled Veteran Owned Small Business, 8(a)
Interested Offerors shall respond to this Sources Sought Synopsis no later than 20 May 2016, 3:00 PM CST.
All interested contractors must be registered in SAM.gov at time of award to be eligible for award of Government contracts. Email your response to:
A1C Katrice Corbett, Contract Administrator
7th Contracting Squadron
381 Third St., Bldg 7238
Dyess AFB, Texas 79607
[email protected]
Or
MSgt LaToyer Furbush, Contracting Officer
7th Contracting Squadron
381 Third St, Bldg 7238
Dyess AFB, TX 79607
[email protected]