Description(s): Request for Information for Nellis AFB Water Treatment Service
THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.
1. Purpose.
This is a Request for Information in support of Market Research being conducted by the United States Air Force to identify potential sources for Nellis AFB Water Treatment Service
2. Requirement.
This acquisition anticipates seeking a contractor who can provide Water Treatment Services at Nellis AFB, NV. The Contractor will be required to provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide the mechanical system closed loop maintenance process for cooling towers as defined in this Statement of Work, except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract. This includes the planning, coordination, and surveillance of the activities necessary to ensure disciplined work performance and timely resources application to accomplish all tasks under the contract. The Contractor shall be responsible for maintaining communication with the Contracting Officer (CO) and the government customer, and to immediately notify both the CO and the customer of any problems that would prevent timely performance of this contract. The Contractor is responsible for and required to implement, and maintain management control systems necessary to plan, organize, direct, and control all activities under this contract. The resulting contract will have one base year and four option years. Tentative start date is as early as August 2025. Please see the Statement of Work (SOW) attached to this RFI for additional details.
3. Information requested.
The Government requests interested offerors that can fully support this requirement furnish the following information:
1. Company name, SAM Unique Entity ID (UEI) and Cage Code, address, points of contact, phone numbers and e-mail addresses.
2. Information should include a brief description of experience in providing the services described in the SOW. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.
3. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined the Federal Acquisition Regulation FAR Part 19 and currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gov/size/sizetable2002.html. The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 561210 “Facilities Support Services s”. The Small Business Size Standard is $47,000,000.00.
4. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 3 pages.
4. Inquiries.
Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted.
The due date and time for responses to this synopsis is 12:00pm Pacific Standard Time on Thursday 15 July 2025.