Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOURCES SOUGHT

99 -- Aerial Equipment Maintenance

Notice Date
5/5/2021 5:53:49 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA8601-21-AEMNM-SS
 
Response Due
5/10/2021 10:00:00 AM
 
Archive Date
05/25/2021
 
Point of Contact
Claire Minniear, Phone: 9375223393
 
E-Mail Address
claire.minniear@us.af.mil
(claire.minniear@us.af.mil)
 
Description
SOURCES SOUGHT FA8601-21-AEMNM-SS �(Not a Notice of Solicitation) Aerial Equipment Maintenance Notice from the United States Air Force, Air Force Life Cycle Management Center, Instillation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base (WPAFB), Ohio: ��The Government is seeking capabilities packages from all potential sources, including, but not limited to, small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) that are capable of providing Aerial Equipment Maintenance for the Air Force Museum in Dayton, Ohio.� Firms that respond shall � � � 1.) specify that offered products meet the specifications provided below and ���� �2.) provide detailed information to show clear technical compliance. THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSALS. � All interested firms shall submit a response to the Primary Point of Contact, Ms. Claire Minniear, demonstrating their capability to provide the below detailed item(s). As stipulated in Federal Acquisition Regulation (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 (Request for Proposal) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract will be solely within the Government's discretion. The North American Industry Classification System (NAICS) code assigned to this acquisition is 561210, Facilities Support Services. Firms responding should indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, small business, and/or HUBZone). 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. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DoD) contract. No set-aside decision has been made. Please note that the rules governing affiliation and ostensible subcontracting apply when determining size under FAR 52.219-14, Limitations on Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS code is chosen and when applicable.� Respondents should consider how the primary tasks identified in this sources sought will be broken out between prime contractor and subcontractors to avoid ostensible subcontracting and address this in their response, if necessary. 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. Please be aware that the Government acquisition team is still determining its acquisition strategy, and if it is determined that this acquisition will be set aside for Small Business and/or 8(a) participants, FAR 52.219-14, Limitations on Subcontracting will apply. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed five (5) pages.� All correspondence sent via email shall contain a subject line that reads: Sources Sought � Aerial Maintenance If this subject line is not included, the email may not get through email filters at WPAFB. 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 shall be submitted via email to the following address: Claire.minniear@us.af.mil RESPONSES ARE DUE NO LATER THAN 10 May; 2021 AT 1:00 PM Eastern Time. Direct all questions concerning this acquisition to Ms. Claire Minniear at claire.minniear@us.af.mil and include the necessary subject line indicated above. Minimum Requirements: The NMUSAF in the 14 buildings have a collection of lift and other equipment.� The NMUSAF owned aerial lifts are used by many different organizations across base, from 88th Civil Engineering (C.E.) to subcontractors for C.E. to help reduce time and costly rental fees.� The reduction in cost, benefits the NMUSAF and Air Force.� The amount of equipment the museum has could and has resulted in costly repairs in the past.� A service agreement for repairs would reduce down time and delay in work museum and 88th C.E. General Technical Requirements� � � � � � ����������� Boom lifts ����������������������� 2 ea. 45� JLG electric/ diesel ����������������������� 1 ea. 86� Nifty lift electric / diesel ����������������������� 1 ea. 60� Genie lift gas / propane ����������� Crown lift ����������������������� 3 ea. WAVE work platform electric ����������� Single Man lifts� � � � � � � �� ����������������������� 2 ea. Genie Single Man lifts electric ����������� Scissor lift � � � � � � � ����������������������� 1 ea. Genie 19-30 electric������ ����������������������� 1 ea. Genie 26-32 electric ����������� Floor scrubber� � � ����������������������� 1 ea.� E-Power floor scrubber electric� � � � � � � � � Technical Requirements:���� ����������� Aerial Lifts and Work Platforms��� Servicing as required per manufacture specifications per vehicle hours. Repair / Replace broken or damaged part per manufacture guidelines. Annual safety inspection that meets state and federal guidelines. Floor Scrubber Servicing as required per manufacture specifications per vehicle hours. Repair / Replace broken or damaged part per manufacture guidelines. Annual inspection of equipment for proper operation and safety. After Award: ����������� Must: Repair in house If repairs require to be done at their shop they are required to setup pickup and delivery.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a5e9843cd83d4b35b3185a9a37674236/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45324, USA
Zip Code: 45324
Country: USA
 
Record
SN05993145-F 20210507/210505230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.