The Government is neither obligated to nor will it pay for any information received from potential sources as a result of this notice. This notice is for informational and planning purposes only and does not constitute a solicitation for bids or proposals. It is not to be construed as a commitment by the Government. All documents released prior to the formal RFP are in "DRAFT" status and are subject to change. The "DRAFT" documents are provided to give interested parties a better understanding of the scope and magnitude of this potential requirement.
The Government Contemplates the Following:
a. The award of a Firm-Fixed-Price Annual Remedial Maintenance Contract.
b. A one-year basic period with two (2) one-year options.
c. The estimated award date for the contract being in calendar year 2015.
Scope of Services:
1. The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation and inspection manuals necessary to perform Annual Remedial Off-Base Maintenance (RM) of eleven (11) each Olympus Borescopes for the Oklahoma City - Air Logistics Complex (OC-ALC). The Contractor shall also provide Personal Protective Equipment (PPE) and clothing, to include reflective clothing (belt, vest, etc.); hearing and eye protection, to include prescription safety glasses; safety harnesses; fall protection equipment; lifting equipment and any incidentals necessary to perform the requirements of this Performance Work Statement (PWS). The equipment is listed in Appendices B-1 (AMXG), B-2 (CMXG) and B-3 (PMXG).
2. The North American Industry Classification System (NAICS) code for the effort is as follows: 811310 Commercial & Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance
3. Interested Parties Should:
a. Provide a corporate capabilities package to include factory certified qualifications to perform Annual Remedial (RM) Off-Base Maintenance of Olympus Borescopes II services for the equipment listed in Appendices B-1, B-2, and B-3.
a. Vendors must provide technical competence specific to NAICS Code 811310.
b. State whether your company is a large or small business under NAICS 811310, which has a corresponding size standard of $7.5M.
c. List any barriers to proposed strategy.
d. Identify any categories under which you are qualified [e.g. 8(a), including graduation date; HUBZone-certified Small Business; Service-Disabled Veteran Owned Small Business; Women-Owned Small Business; etc.]
e. Identify your CAGE Code and DUNS Number.
f. State if your interest is to be the prime contractor or a subcontractor.
g. Provide your System for Award Management (SAM) registered information: (name, address); point of contact name, phone number, and email address.
The Government reserves the right to decide whether a small business set-aside (SBSA) is appropriate, based on response to this notice.