Idaho Bids > Bid Detail

MAST Repair Cycle

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159633618238849
Posted Date: Mar 23, 2023
Due Date: Apr 4, 2023
Solicitation No: FA489723Q0007
Source: https://sam.gov/opp/4694f9a6ea...
Follow
MAST Repair Cycle
Active
Contract Opportunity
Notice ID
FA489723Q0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4897 366 FAS PKP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 23, 2023 12:16 pm MDT
  • Original Response Date: Apr 04, 2023 04:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 423860 - Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
  • Place of Performance:
    Mountain Home AFB , ID 83648
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.



The Request for Quotation (RFQ) number is FA489723Q0007 and shall be used to reference any written responses to this source sought.



Mountain Home Air Force Base anticipates a requirement that is being considered under North American Industry Classification Systems (NAICS) Code proposed 423860 . The size standard for NAICS is 150 employees.



The requirement is to provide: The Contractor shall provide all management, supervision, oversight, labor, personnel, equipment, tools, supplies, parts, materials, transportation, shipping, and delivery, and all other items necessary to service the Man-Portable Aircraft Survivability Trainer (MAST) for the 266th Range Squadron (RANS) at Mountain Home AFB (MHAFB), ID. All work shall be accomplished in accordance with (IAW) all applicable Federal, State, local laws, rules, regulations, commercial practices, and this Performance Work Statement (PWS).



MAST serial number 200010 requires Textron trained personnel to perform repair service for the issue of a bad thermal imager which is buzzing loudly with no infrared red (IR) capability.



Draft PWS/SOO is attached.



Include in your capabilities package your UEI, DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings.



We are interested in any size business that is capable of meeting this requirement.



Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the 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, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.



NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!



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. Include three past references with current contact information and contract number. 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 5 pages.



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.



Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.



Responses may be submitted electronically to the following e-mail address: monica.bardsley@us.af.mil. Telephone responses will not be accepted.



RESPONSES ARE DUE NO LATER THAN 4 April 2023, 4:00 p.m. MT



Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 208 828 4658 366 GUNFIGHTER AVE STE 2102
  • MOUNTAIN HOME AFB , ID 83648-5296
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 23, 2023 12:16 pm MDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >