Federal Bid

Last Updated on 26 Sep 2009 at 8 AM
Sources Sought
Brevard North carolina

Packing and Crating

Solicitation ID FA2521-09-R-0098
Posted Date 26 Aug 2009 at 6 PM
Archive Date 26 Sep 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location Brevard North carolina United states

THIS IS NOT A NOTICE OF RFP ISSUANCE. THIS EFFORT IS CONSIDERED COMMERCIAL IN NATURE AND ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 12.

Patrick Air Force Base anticipates a competitive acquisition for the packing, containerization and local drayage of direct procurement method (DPM) personal property shipments. The contractor will furnish all personnel, equipment, facilities, supplies, services, and materials, except as specified herein as Government furnished, for the preparation of personal property of Department of Defense personnel for shipment and/or storage and related services. The performance period will be for 12 months with an anticipated start date of 1 JAN 2010 with four one-year option periods. Areas of performance for this contract will consist of the following counties: Brevard, Indian River, Martin, Okeechobee and St Lucie. All firms or individuals responding must be registered with the Central Contractor Registration (CCR).

This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 488991. The size standard for NAICS 488991 is $25.5 Million. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.

Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages. Submit capabilities packages by mail to ATTN: 2d Lt. Everett W. Emerson, 45 CONS/LGCB, Bldg. 423, 1201 Edward H. White II Street, Patrick AFB, FL 32925-3238. Responses may also be submitted via fax to ATTN: 2d Lt Everett Emerson, 321-494-4395 or be e-mailed to [email protected]. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 11 SEPTEMBER 2009 @ 1100AM EST. Direct all questions to the attention of 2d Lt Everett Emerson at (321) 494-4395.

 

Bid Protests Not Available

Similar Past Bids

Seminole Pennsylvania 26 Aug 2009 at 6 PM
Location Unknown 26 Mar 2014 at 12 PM
Portland Oregon 29 Oct 2018 at 10 PM
Pine bluff Arkansas 08 Nov 2012 at 12 PM
Philadelphia Pennsylvania 22 May 2024 at 7 PM