The requirement is to provide a backflow prevention/cross-connection control survey of Eielson Air Force Base facilities, identified and prioritized potential cross-connection scenarios at Eielson Air Force Base AFB). This survey will provide the necessary information (detailed recommended scope, execution plan and cost estimate) to base an comprehensive backflow prevention repair program that can be executed though the various AF repair and construction programs. This project will contribute to keeping the utility systems operating in a safe manner as well as meet all necessary state and AF backflow prevention program requirements.
The USAF is requesting the following information from interested vendors:
1) Company name and contact information to include phone number and email.
2) Contractor capability statement.
3) DUNS number and CAGE code.
4) Contractor request for details/facts to be provided by the government as part of an eventual solicitation package to allow for accurate contractor quotes.
5) Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541370, size standard of $15.0 Million.
6) What is a reasonable amount of lead time for order/delivery of material?
7) Provide any additional information that your firm feels the government should consider for this type of requirement.
Interested parties should send all information via email to SrA Oliver Ancans at [email protected] and to SSgt Cory Beal [email protected]. NO PHONE CALLS WILL BE TAKEN IN RESPONSE TO THIS SOURCES SOUGHT. Information must be submitted to the previously stated point of contact no later 2:00 PM Alaska Standard Time on 15 August 2017.
An actual solicitation may be issued in the next few weeks. The closing date and time for submission of offers will be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the specifications and/or drawings, will be made available only on the Federal Business Opportunities Web Site at http://www.fedbizopps.gov. Interested Parties are solely responsible for monitoring the aforementioned site for the release of the solicitation package and/or any updates and/or amendments to any and all subject documents. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the System for Award Management database or their proposal will not be considered. Contractors can obtain further information on the System for Award Management at web site https://www.sam.gov.
This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the FedBizOpps website at www.fbo.gov. Potential interested parties are responsible for monitoring this site for the release of the solicitation package as well as downloading their own copy of the solicitation and amendments, if any.