INTERESTED SOURCES MUST SELECT "ADD ME TO INTRESTED VENDORS" BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT. INTERESTED VENDORS WILL BE ANNOTATED FOR THIS MARKET RESEARCH EFFORT AFTER 10 DAYS FROM THE POSTING DATE, REGARDLESS OF THE "CLOSING DATE" ON THIS POST. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.
North American Industry Classification System (NAICS) Code: 332311
SBA Size Standard: 750 employees
Performance Location: Work is to be performed at North West Field on Andersen AFB, Guam.
Requirement Information:
Provide Site Preparation for Temporary War Reserve Materiel Facilities.
Disposal of waste materials associated with Site Preparation of Temporary War Reserve Materiel Facilities.
Procure, Transport, Erect, and Hookup Utilities for Temporary War Reserve Materiel Facilities.
Disposal of waste materials associated with the Erection of Temporary War Reserve Materiel Facilities.
Maintain Temporary War Reserve Materiel Facilities in accordance with manufacturer specifications for duration of lease period (5 years with option to purchase).
Dismantle/Disassemble Temporary War Reserve Materiel Facilities.
Disposal of waste materials associated with disassembly of Temporary War Reserve Materiel Facilities.
Transport of disassembled Temporary War Reserve Materiel Facilities off of Andersen AFB property.
*Also see attached Engineering Analysis for Temporary Facility and Space Utilization Memorandum
This Sources Sought Synopsis (SSS) is in support of MARKET RESEARCH being conducted by the United States Air Force (USAF). This market research is being conducted to increase competition for this requirement by identifying potential sources and to gauge small business interest to determine whether or not this requirement can be satisfied with a Small Business Set-Aside.
The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.
Potential sources shall be capable of furnishing all labor, materials, transportation and equipment required to accomplish the disposition of the item(s).
Potential sources may be responsible for nonrecurring engineering costs associated with becoming a qualified source.
INFORMATION AND INSTRUCTIONS: It is desired respondents include the following information within their statement of capability packages. Capability packages should not exceed 10 pages in length:
a. Company Information: Your Company's name, address, point of contact with email address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM) to receive an award. To register, go to https://www.sam.gov.
b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. Please limit your relevant past performance to the past three (3) years and include the Contract Number(s) or Customer/Company Name.
c. Capability package responses must be sent via email to [email protected]. Oral communications ARE NOT acceptable in response to this notice.
Paper copies of this announcement will not be provided. Any information received will be used solely for the purpose of market research.
GOVERNMENT RESPONSIBILITY: This sources sought should not be construed as a commitment by the government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary. Please be advised that all submissions become government property and will not be returned. Questions on this notice must be submitted via email to the Contract Specialist, Kelli A. Floyd, at [email protected]
This request may not directly lead to a Request for Quotation/Proposal. Deadline for submission is 10:00 a.m. ChST, 17 AUG 2018.
Required Information:
All questions regarding this Sources Sought shall be submitted in writing via email. Verbal questions will NOT be accepted. If interest is present and firm capable in providing such services, please respond via email to the POCs below:
Response deadline: 10:00 a.m. ChST, 17 AUG 2018
Where to send responses:
Electronically:
36 CONS/PKA E-mail: [email protected]
Kelli Floyd Phone: 671-366-6612
Other information: When and if released, the solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov).