***This is an Amendment to previous document***
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
Joint Base Andrews anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 561990 – All Other SUPPORT SERVICES. The business size standard is 601,085.
The purpose of this procurement is to acquire services to perform maintenance on Range Target Retrieval System located on Joint Base Andrews, MD.
The contractor shall provide qualified personnel, all necessary tools, equipment, parts, materials, transportation, and logistical support required to perform the repair and restoration of the Target Retrieval System at the Combat Arms (CA) compound, Building 2495, Joint Base Andrews, MD. All work shall be executed in accordance with the industry’s best practices and applicable regulatory standards.
Reponses to this Sources Sought request should reference "316th SSPTS CATM Range Target Retrieval System Repair Maintenance" and shall include the following information in this format:
1. Company name, address, point of contact name, phone number, fax number and email address.
2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.
3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.
4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. Please provide any questions about the anticipated requirement.
Note: The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more
potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.
If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
All responses to this notice are to be submitted by 8:00AM Eastern Standard Time, on Friday 15 August 2025. Responses will be accepted via electronic means only to glenn.stone@us.af.mil and janet.benitez@us.af.mil.