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.
The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operation Contracting Division, is currently conducting market research seeking capabilities statements from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing Contractor Operated Civil Engineer Supply Store (COCESS) services at Eglin AFB, FL.
SCOPE. The Contractor shall provide all necessary labor, supervision, equipment, supplies, transportation and materials to support a Contractor Operated Civil Engineer Supply Store (COCESS) located on Eglin AFB, Florida (this includes servicing outlying areas of Duke Field, the Army Ranger Camp and remote sites on Okaloosa Island). The Contractor shall acquire, issue, deliver, store, warehouse, inventory, source, purchase, receive, and stock a variety of materials, equipment, parts and supplies for construction, facility maintenance and use by authorized Government personnel. A draft copy of the Statement of Work (SOW) is attached to this notice.
Responses to this Sources Sought request should reference "Contractor Operated Civil Engineer Supply Store (COCESS) - EGLIN AFB, FL" and shall include the following information in this format:
1. Company name, address, point of contact, phone number, and email address.
2. Unique Entity ID, Contractor and Government Entity (CAGE) Code, GSA contract number, if applicable.
3. Size of business - TBD
4. Capability statement displaying the contractor's ability to provide the products or services, to include past performance information. If past performance is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.
The Government also requests input from industry on areas of improvement for the SOW or any part of this requirement. Any feedback will be reviewed and may or may not be included in the final SOW.
All interested vendors should submit a response demonstrating their capability to provide these services to the Primary Points of Contact listed below. Proposals/Quotes/Bids are not being requested or accepted at this time. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. As stipulated in FAR 15.201(e), 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 at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government’s discretion.
This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.
The NAICS Code assigned to this acquisition is 332510, Hardware Manufacturing, with a size standard of 750 employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). 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. No set-aside decision has been made.
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 may 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.
Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.
CAPABILITIES STATEMENT: All interested vendors should submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 10 pages.
Responses must be submitted electronically to the following e-mail addresses: jared.dunn.6@us.af.mil and lindsay.hartzog@us.af.mil. All correspondence sent via email should contain a subject line that reads “Response to Eglin AFB COCESS Sources Sought.” If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and may be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachment types may be deleted.
All responsible sources may submit information that will be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.
Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor’s proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.
RESPONSES ARE DUE NO LATER THAN 2:00 P.M. (CST) ON 19 February 2026. Direct all questions concerning this requirement to Jared Dunn at jared.dunn.6@us.af.mil and Lindsay Hartzog at lindsay.hartzog@us.af.mil.