Inactive
Notice ID:N4019221R7000
Corrosion Control for AGE and Munitions Trailers, 36th Maintenance Group, Andersen Air Force Base, Guam This notice does NOT constitute a request for proposal, request for quote, or invitation for bid...
Corrosion Control for AGE and Munitions Trailers, 36th Maintenance Group, Andersen Air Force Base, Guam This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to service as a PRE-SOLICITATION SYNOPSIS ONLY. This procurement will be 100% Small Business Set-Aside. The Government will only accept offers from small business concerns. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, safety information, past performance, and a price proposal for evaluation by the Government. The NAICS Code for this procurement is 811310 – Commercial and Industrial Machinery and Equipment Repair and Maintenance, Federal Service Code is J017 Maintenance, Repair, and Rebuilding of Equipment – Aircraft Launching, Landing, and Ground Handling, and the annual size standard is $8.0 (in millions of dollars). This contract action is intended to be a Firm Fixed Price contract to provide maintenance services to provide corrosion control prevention and necessary repairs for Aerospace Ground Equipment (AGE) and Munitions Trailers for the 36th Maintenance Group (36 MXG) at Andersen Air Force Base (AAFB) in Guam. The contract will include a Base Period of 12 months and four (4) 12-month option periods. The Contractor shall perform duties to include all labor, management, supervision, tools, material, equipment, facilities, transportation and incidental engineering and other items necessary to accomplish all work to perform corrosion control for AGE and munitions trailers to support the 36 MXG. The Contractor shall refurbish no less than 150 AGE units and 24 Munitions Trailers yearly to eliminate, control, treat and prevent corrosion. The contractor will supply all required equipment to meet the needs of the potential contract. Work will be requested through technical orders or directives or upon request by the Contracting Officer Representative (COR). Place of Performance: All corrosion control prevention and repair is to take place at the Contractor’s facilities at an off-site location. The Contractor is responsible for all transportation between COR designated support equipment pickup/drop off ready lines and contractor facilities. The solicitation will be issued on or around 23 November 2020. Offerors can view and/or download the solicitation at https://beta.sam.gov/ when it becomes available. NO HARD COPIES WILL BE PROVIDED. Notification of any amendments to the solicitation will only be made on the beta.sam.gov website for any posted changes. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR ANY AMENDMENTS ISSUED TO THE SOLICITATION. This is a new procurement. It does not replace an existing contract. This notice of proposed contract action is issued solely for information and planning purposes only and is NOT a Request for Proposals or Quotes (RFP or RFQ) or an obligation on the part of the Government to acquire any services.