THIS NOTICE ISSUED AS A SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for BID (IFB), or solicitation, nor does it represent any commitment by the Government. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a solicitation package. A solicitation does not exist at this time.
Purpose:
The 355th Contracting Squadron is conducting market research to support acquisition strategy decisions as they relate to determining if or which small business set aside is appropriate. Therefore, we further invite offerors to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/.
Project Scope:
The overall scope of this project is to provide replacement services of identified underground fire sprinkler pipes at the Parachute Training and Testing Facility (PTTF), Marana, AZ. The contractor shall provide personnel, management, supervision, licenses/certification, equipment, tools, supplies, materials, transportation and all other items or services necessary to remove and replace underground piping and fittings, underground water supply to the fire sprinkler system from one location to another and two (2) existing fire hydrants. The contractor will ultimately be responsible for verifying the exact length of the replacement underground water supply, furnish labor, material, excavation and removal of existing underground sprinkler fire piping. All new piping will be installed and tested in accordance with the applicable National Fire Protection Association (NFPA) requirements.
Industry Response:
All responses shall be received by Friday, 18 July 2025 @ 12:00 PM Arizona Local Time. No extension to the response date will be considered. Responses shall be no more than 5 pages long and provided via e-mail to andrea.perez_jimenez.2@us.af.mil. Please ensure all the following information is included.
(a) Indicate which set-aside you qualify for (if any) under the applicable NAICS code and Size Standard: 8(a), HUBZone, SDVOSB, WOSB or Small Business.
(b) A positive statement of your intention to submit an offer if the solicitation is issued.
(c) UEI Number or Cage Code.
(d) Information that is vital to building the most accurate proposal.