Florida Bids > Bid Detail

FA248723RA009- Mobile SAPF Trailer

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
  • W - Lease or Rental of Equipment
Opps ID: NBD00159592385883893
Posted Date: Mar 15, 2023
Due Date: Mar 30, 2023
Solicitation No: FA248723RA0009
Source: https://sam.gov/opp/f818408b7c...
Follow
FA248723RA009- Mobile SAPF Trailer
Active
Contract Opportunity
Notice ID
FA248723RA0009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE TEST CENTER
Office
FA2487 AFTC PZZD (EGLIN)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 15, 2023 12:47 pm CDT
  • Original Response Date: Mar 30, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    Eglin AFB , FL 32542
    USA
Description

SOURCES SOUGHT/REQUEST FOR INFORMATION



The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from all potential sources, including Large Businesses (LB), Small Businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business located in Eastern, Central, or Mountain Time Zones that are capable of providing design-build capabilities for Mobile Special Access Program Facility (SAPF) Trailers (see Attachment 1).



Proposals are not being requested or accepted at this time. 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.



The NAICS Codes assigned to this acquisition are 332311, Prefabricated Metal Building & Component Manufacturing, with a size standard of 750 employees or 236210, Industrial Building Construction, with a size standard of $45M. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. LB, 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. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Please provide SAM Unique Entity Identity (UEI) and all registered NAICS codes on submittal. 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 will 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.



CAPABILITIES STATEMENT: All interested vendors shall 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 may be submitted electronically to the following e-mail addresses: melissa.hoover.1@us.af.mil and sarah.riffe.2@us.af.mil. All correspondence sent via email shall contain a subject line that reads “FA248723RA009- Mobile Special Access Program Facility (SAPF) Trailers 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 will be deleted. Ensure only .pdf, .docx, or .xsls documents are attached to your email. All other attachments may be deleted.



All responsible sources may submit information that shall 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 sam.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 30 Mar 2023. Direct all questions concerning this requirement to Melissa Hoover at melissa.hoover.1@us.af.mil, and please CC Sarah Riffe at sarah.riffe.2@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 850 882 5261 205 WEST D AVE BLDG 350 ROOM 415
  • EGLIN AFB , FL 32542-6886
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 15, 2023 12:47 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >