Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:F5N2CC20S0001
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. THERE IS NO SOLICITATION AT THIS TIME. FUNDS ARE NOT PRESENTLY AVAILABLE. THIS SHALL NOT...
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. THERE IS NO SOLICITATION AT THIS TIME. FUNDS ARE NOT PRESENTLY AVAILABLE. THIS SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. This is a request for information ONLY and any information provided is voluntary. Telephone inquiries will not be accepted. All interested parties must respond to the solicitation announcement separately from the response to this notice and are responsible for monitoring Federal Business Opportunities (FBO) website for the posting of any solicitation or subsequent updates. The 439th Contracting Flight located at Westover Air Reserve Base (WARB), Chicopee, Massachusetts is seeking capabilities packages of potential sources to perform Aircraft Corrosion Control/Wash Services for C-5 aircraft. This sources sought is for planning purposes only. This Aircraft Corrosion Control/Wash Services for C-5 aircraft consists of furnishing all personnel, equipment, materials, supervision, transportation, labor and other items and services necessary to perform Aircraft Corrosion Control/Wash Services for C-5 Aircraft Wash Services, Aircraft Lubrication and Aircraft Cleaning Services. The Performance Work Statement will be provided when the solicitation is posted. SPECIAL REQUIREMENTS: Our intent is to award this project as a 100% Small Business Set Aside. This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in this requirement. Based upon the responses to this announcement, the Government may set aside this acquisition as a specific small business set aside. Contract type will be Firm-Fixed Price. The anticipated performance base period is October 2019 to September 2020 with 4 one year options. The NAICS Code assigned to this acquisition is 488190 "Other Support Activities for Air Transportation" with a small business size standard of $32.5M. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires by submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. All interested contractors are highly encouraged to submit a capability package to the Primary Point of Contact, in writing or email, listed below by 2:00PM EST on 19 June 2019. THE FOLLOWING INFORMATION SHOULD BE INLCUDED IN RESPONSE: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone, 8(a), SDVOSB, WOSB etc.), and a point of contact; (b) Evidence of your experience performing work similar in type and scope of work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and point of contacts with telephone numbers. NOTE: Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. All prospective contractors must be registered in the System for Award Management (SAM) system-- https://www.sam.gov/SAM/--at the time of proposal submission in order to be eligible for an award.