SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. SOURCES ARE BEING SOUGHT FOR INFORMATION AND PLANNING PURPOSES ONLY! THERE IS NO SOLICIATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.
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. The sole purpose of this notice is to identify potential System for Award Management (SAM) Database active registered businesses, capable of performing this work. The Sources Sought number is FA671224SS002 and shall be used to reference any written responses to this source sought.
The U.S. Air Force Reserve Command is seeking businesses that are interested and capable of performing Operation/Safety/Preventative Maintenance Inspections for JLG and Genie equipment lifts services for the 911th Airlift Wing Pittsburgh Air Reserve Station, Coraopolis, PA 15108.
The North American Industry Classification Systems (NAICS) Code proposed is 811310. The size standard for this NAICS is $12.5M.
The Government is interested in any size business capable of meeting this requirement. Market Research is being conducted to determine interest, capability, and socio-economic category of potential sources for this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.
The Statement of Work Statement Dated 16 May 2024 (See Attachment #1) contains the requirements and equipment listing.
All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Please include in your capabilities package, your Unique Entity Identifier (UEI) number, Cage Code and SAM expiration date.
Please note: All contractors wanting to do business with the Federal Government must be registered in the System for Award Management (SAM) database, as mentioned above. The website for registration is www.sam.gov
Responses may be submitted electronically to the following e-mail address: maurice.kirkland.3@us.af.mil Telephone responses will not be accepted.
RESPONSES ARE DUE NO LATER THAN May 22, 2024 at 3:00 PM EST.
Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through Contract Opportunities via sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.