Search Contract Opportunities

Lease of Aircraft Rescue and Fire Fighting Apparatus

ID: PANMCC-19-P-OOOOOO3532 • Type: Sources Sought

Description

Posted: Dec. 3, 2018, 9:37 a.m. EST

SOURCES SOUGHT SYNOPSIS

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to lease an Aircraft Rescue and Fire Fighting (ARFF) apparatus on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 532490.

Attached is the draft Performance Work Statement (PWS).

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Posted: Nov. 27, 2018, 4:31 p.m. EST

Overview

Response Deadline
Dec. 6, 2018, 11:00 a.m. EST Past Due
Posted
Nov. 27, 2018, 4:31 p.m. EST (updated: Dec. 3, 2018, 3:36 p.m. EST)
Set Aside
None
Place of Performance
2261 GA HWY 144 EAST 1164 W. 15TH ST. BLDG 1850 FT STEWART & HUNTER ARMY AIRFIELD FORT STEWART, GA 31314 USA
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
37%
Signs of Shaping
The solicitation is open for 8 days, below average for the MICC Fort Stewart. 53% of similar contracts within the Department of the Army had a set-aside.
On 11/27/18 MICC Fort Stewart issued Sources Sought PANMCC-19-P-OOOOOO3532 for Lease of Aircraft Rescue and Fire Fighting Apparatus due 12/6/18. The opportunity was issued full & open with NAICS 532490 and PSC W.
Primary Contact
Title
Contract Specialist
Name
Joseph Plotino   Profile
Phone
(912) 767-8462

Documents

Posted documents for Sources Sought PANMCC-19-P-OOOOOO3532

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANMCC-19-P-OOOOOO3532

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANMCC-19-P-OOOOOO3532

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 419TH CSB
FPDS Organization Code
2100-W9124M
Source Organization Code
500036865
Last Updated
Dec. 21, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 21, 2018