Sources Sought - 57 MXG Preventative Maintenance

Agency:
State: Nevada
Type of Government: Federal
FSC Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
NAICS Category:
  • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Posted Date: Apr 18, 2024
Due Date: Apr 9, 2024
Solicitation No: F3G3AA3333AW01
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Sources Sought - 57 MXG Preventative Maintenance
Active
Contract Opportunity
Notice ID
F3G3AA3333AW01
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 18, 2024 11:58 am PDT
  • Original Response Date: Apr 09, 2024 10:00 am PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J034 - MAINT/REPAIR/REBUILD OF EQUIPMENT- METALWORKING MACHINERY
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    NV 89191
    USA
Description

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)



F3G3AA3333AW01





The United States Air Force, 99 CONS, Nellis AFB, NV is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing 57th MXG Preventative Mx Contract as defined in the attached Statement of Work. Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance.





Detailed Specifications are listed in the attachment identified below:






  1. Attachment 1 - SOW - Prev Mx Contract





All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quotes) exists; 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 Code assigned to this acquisition is 811310- Machine tools repair and maintenance services, Small Business Size Standard $12.5M. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). 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. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.



Any information submitted by respondents to this sources sought synopsis 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 businesses, or any particular small business program. To ensure your response along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the respondent to contact the government to confirm receipt prior to the offer due date and time.













CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Please provide the following information.






  1. Request interested firms respond to the following:




  1. Identify your firm’s information (name, address, phone number, CAGE code).

  2. Identify if your company is a large or small business. If applicable, identify what small business program(s) (i.e. SBA Certified 8(a), Service Disabled Veteran Owned, HubZone, etc.) your company is certified as.

  3. Identify the appropriate amount of calendar days required to respond to a RFP.

  4. What is the timeframe needed from time of award to transition and begin new service.

  5. Technician Certifications for the following manufacturers:

    • Baileigh Industrial Incorporated

    • Beverly Shear

    • Clayton

    • Dayton

    • Do All

    • FAMCO

    • HAAS

    • HE&M

    • JET Industrial

    • National

    • OMAX

    • Roper Whitney

    • U.S. Electrical Tool Co

    • US Industrial

    • Wysong Machines











Responses may be submitted electronically to the following e-mail address: nathan.doebler@us.af.mil. All correspondence sent via email shall contain a subject line that reads “F3G3AA3333AW01 - 57 MXG Preventative MX” If this subject line is not included, the email may not get through email filters at Nellis AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be emailed to:



99 CONS,

POC – SSgt Nathan Doebler

Email: nathan.doebler@us.af.mil





RESPONSES ARE DUE NOT LATER THAN 29 April 2024 BY 10:00 AM Pacific Time. Direct all questions concerning this acquisition to SSgt Nathan Doebler at nathan.doebler@us.af.mil.




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 18, 2024 11:58 am PDTSources Sought (Original)

Related Document

Apr 19, 2024[Sources Sought (Updated)] Sources Sought - 57 MXG Preventative Maintenance
May 1, 2024[Special Notice (Original)] Intent to Sole Source - 57 MXG Preventative MX

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Bid Information Type Invitation for Bid Status Issued Number IFB 145-24 Collision Repair

Nevada Government eMarketplace (NGEM)

Bid Due: 5/22/2024

Follow Creech AFB Sunshade Maintenance Active Contract Opportunity Notice ID F3G2DC4094AQ01 Related Notice

DEPT OF DEFENSE

Bid Due: 5/07/2024

Status Ref# Project Close Date Days Left Action Open BID24052ARH Plumbing and Pipefitting

Clark County School District

Bid Due: 5/02/2024

Notes: Invitation to Bid All project documents are available on Nevada Government eMarketplace

Clark County

Bid Due: 6/05/2024