Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2025 SAM #8616
SOURCES SOUGHT

J -- Buckley SFB Restricted Area Maintenance Support (RAMS)

Notice Date
6/27/2025 9:36:34 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA2543 460 CONS BUCKLEY AFB CO 80011-9572 USA
 
ZIP Code
80011-9572
 
Solicitation Number
RAMSRFI06272025
 
Response Due
7/8/2025 1:00:00 PM
 
Archive Date
07/23/2025
 
Point of Contact
Kayla Barnett
 
E-Mail Address
kayla.barnett.1@spaceforce.mil
(kayla.barnett.1@spaceforce.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS SOURCES SOUGHT (SS) SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The NAICS code is 541330. In accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all SS responses received, particularly those received from small businesses. Responses to this SS permits the Contracting Officer, IAW FAR 19.203(c), to consider an acquisition for the small business socioeconomic contracting programs to include 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) programs, and to consider a small business set-aside (see 19.502-2(b)). Small businesses in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. It is the contractor's responsibility to ensure that all work is performed is IAW all Air Force, federal, state, county, and local statutes, laws, regulations, safety requirements, instructions, manuals, handbooks, regulations, guidance, and policy letters. Attached is the Draft Performance Work Statement (PWS) outlining the minimum requirements for the required service. Interested contractors should have a successful history of relevant experience associated with these services. The responsible Contractors should submit a capability statement demonstrating their relevant experience. Capability statements for this SS are not expected to be proposals, but rather statements regarding the company's existing experience. Please include the following: - Full name of your firm, address, point of contact, point of contact phone number and email address. - Commercial and Government Entity (CAGE) Code. - Socioeconomic status (Large or Small Business, certified 8(a), HUBZone, Women-Owned, Service- Disabled, Veteran-Owned). - Evidence of recent (past 5 years) experience related to the requirement described above, to include Contract Number, Project Title and Description, and Points of Contact for each contract to include current telephone numbers and email addresses. - Any other information deemed pertinent that will aid in our assessment of your firm's capabilities. THERE IS NO SOLICITATION AT THIS TIME. This is a request for information/sources sought announcement ONLY. This request for capability information does not constitute a request for proposals - no contract will be awarded from this notice and is not to be construed as a commitment by the Government. Submission of any information in response to this market survey is purely voluntary - the Government assumes no financial responsibility for any costs incurred. The Government is under no obligation to acknowledge receipt of any information received or provide feedback to respondents with respect to any information submitted. Telephone inquiries will not be accepted or acknowledged. This SS notice is for planning purposes only, and does not constitute a solicitation for bids/proposals. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. If a Request for Proposal (RFP) is issued, it will be announced at a later date. All interested parties must respond to that RFP announcement separately from the response to this announcement, and are responsible for monitoring the beta.SAM.gov website for the posting of any solicitation or subsequent updates. Interested Contractors shall submit responses no later than 2:00 p.m. (MST) on 8 July 2025 via e-mail to the Contract Specialist, Ms. Kayla Barnett, at Kayla.Barnett.1@spaceforce.mil. Telephone requests for technical information will not be honored.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/63cf67c6005f40089a2c09afc67bee44/view)
 
Place of Performance
Address: Aurora, CO, USA
Country: USA
 
Record
SN07492430-F 20250629/250627230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.