Inactive
Notice ID:FA5240
Request for Information (RFI) for Weight Handling Equipment (WHE) services. Description: This sources sought announcement is published for market research purposes only. This market research will be u...
Request for Information (RFI) for Weight Handling Equipment (WHE) services. Description: This sources sought announcement is published for market research purposes only. This market research will be used to help identify business sources in the market. Request that prospective offerors complete and return a Capabilities Statement and line card as described below to determine which contractors possess the capabilities of performing all of the services detailed below. This should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach or otherwise reimburse respondents for any costs incurred in preparation of a response to this notice. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform preventative maintenance, repair, inspection, certification, and load testing services, of Cranes and Hoists listed on Appendix B in accordance with (IAW) all local, territory, federal laws, regulations and applicable references listed in Appendix C in a manner that shall ensure continuous and safe operation, to all WHE on Andersen Air Force Base, Guam, as described herein. Current list of WHE can be found in appendix B. Sources Sought: Respondents shall classify their company using the following North American Industry Classification System (NAICS) Code: 811310-Commercial and Industrial Machinery and Equipment (except automotive and electronic), with a size standard of $8 million. Questions and Responses: Questions regarding this RFI shall be submitted in writing by email to the Contracting Officer, Stephen M. Pastore at stephen.pastore@us.af.mil and Contract Specialist, Tommy Taitano at tommyjay.taitano@us.af.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the System for Award Management (SAM) website; https://.sam.gov/; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 18 July 2022, will be answered. Responses to this RFI are to be submitted no later than 4:30 PM Chamorro Standard Time, 20 July 2022 in order to be considered by the Government. Responses should be single-spaced, Times New Roman or Arial, and 12 point font with one inch margins, and compatible with MS Office Products (Word and/or Excel). Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS), and any other government contract vehicle. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Summary: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. The information provided in response to this RFI may be used to determine how to proceed in the acquisition process in accordance with FAR 15.201(3). Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.