Federal Bid

Last Updated on 23 Jul 2015 at 8 AM
Sources Sought
Wright patterson air force base Ohio

Crain and Hoist Maintenance and Repair

Solicitation ID FA8601-15-T-0183
Posted Date 24 Jun 2015 at 8 PM
Archive Date 23 Jul 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states
 

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)

FA8601-15-T-0183

 

The United States Air Force, AFLCMC/ Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of planning, implementing and accomplishing expert quality Crane and Hoist Maintenance and Repair at Wright Patterson Air Force Base (WPAFB). The contractor shall provide all labor, facilities, tools, transportation, services, management, equipment and materials (except as identified as Government furnished) necessary to inspect, maintain, and repair the cranes and hoists at WPAFB, in a manner that will ensure continuous and safe operation.  The contractor shall operate in accordance with the requirements of industry standards, and applicable local, state, and Federal laws. A Draft Performance Work Statement (PWS) is attached.

 

TECHNICAL REQUIRMENTS

The Draft PWS and PWS Attachments outline the contractor requirements of this contract.  As a reminder, these are drafts and estimates which are subject to be changed.

 

The North American Industry Classification System (NAICS) code for this requirement is 811310 Commercial and industrial machinery and equipment (except automotive and electronic) repair and maintenance, with a size standard of $7.5M.  The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  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 effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. 

 

This requirement is for a one year base period with potentially two option periods.

 

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 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 businesses, or any particular small business program.

 

 

CAPABILITIES STATEMENT

Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel, as outlined in the attached Draft PWS. Capability packages must not exceed 25 pages.

 

Responses should include the following: 

 

•1.      Company name, physical and mailing address:

 

•2.      Point of contact with phone number and email address:

 

•3.      Statement of your intention to submit a bid for this requirement as a Prime contractor:

 

•4.      A statement as to whether your company is domestically or foreign owned or controlled (if foreign, please indicate the country), and whether use of any foreign national employees are contemplated on this effort:

 

•5.      If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.  Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided:

•6.      Statement as to your capability (including financial) and capacity to perform and manage the work:

 

•7.      Statement explaining how your company will perform this work:

 

•8.      Statement clearly describing your related background and experience (last 2 years), to include contract numbers, project titles, dollar amounts, and points of contact:

 

•9.      Statement of business size in relation to the size standard stated above:

 

•10.  Statement of socio-economic status (e.g. large, small, 8(a), HUBZone, Service-Disabled Veteran-Owned small business, etc):

 

•11.  Provide Dun & Bradstreet (DUNS) number and Commercial and Government Entity (CAGE) Code.

 

 

Advertising or marketing information is NOT appropriate.

 

Responses may be submitted electronically to the following e-mail address: 

 

[email protected]. All correspondence sent via email shall contain a subject line that reads "FA8601-15-T-0183, Crane and Hoist New Buy" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. 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 may also be mailed to:

 

AFLCMC/PZIOBA

ATTN: Kyle Boehmer

1940 Allbrook Drive, Suite 3

WPAFB OH  45433-5344

 

Email  [email protected]

Phone: 937-522-4639 

Fax: 937-656-1412

 

 

 

ALL INQUIRIES AND/OR RESPONSES ARE DUE NO LATER THAN 12:01 PM, EST ON WEDNESDAY, 08 JULY 2015.

Bid Protests Not Available

Similar Past Bids

Point Texas 08 Mar 2013 at 2 PM
Yakima Washington 16 Aug 2013 at 10 PM
Wisconsin 01 Feb 2021 at 5 AM
California 23 Apr 2024 at 4 AM
Texas 27 Jul 2020 at 4 AM

Similar Opportunities

Columbus Ohio 07 Jul 2025 at 4 AM
Columbus Ohio 07 Jul 2025 at 4 AM
Wright patterson air force base Ohio 11 Jul 2025 at 9 PM
Wright patterson air force base Ohio 23 Oct 2025 at 4 PM
Eglin air force base Florida 08 Jul 2025 at 5 PM