823rd Redhorse Vehicle Maintenance Services
Process Number FA481922R0001
Dates:
FA481922R0001
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:FA4819 325 CONS PKP
Office:FA4819 325 CONS PKP
General Information:
(utc-06:00) central standard time, chicago, usa
Updated Published Date:(utc-06:00) central standard time, chicago, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:dec 10, 2021 01:00 pm cst
Inactive Policy:15 days after response date
Original Inactive Date:dec 25, 2021
Initiative:- None***--***
Classification:
total small business set-aside (far 19.5)
Product Service Code:j023 - maint/repair/rebuild of equipment- ground effect vehicles, motor vehicles, trailers, and cycles
NAICS Code:811111 - general automotive repair
Description:
This is a synopsis for a competitive, total small business set-aside for a service acquisition as required by FAR Part 5. This is not a Request for Proposal (RFP). Vendors shall NOT submit proposals in response to this synopsis. The 325th Contracting Squadron, Tyndall AFB, FL, announces the anticipated release of the 823rd Red Horse Squadron (RHS) Vehicle Maintenance Services solicitation to be on 10 November 2021. The purpose of this contract is to provide vehicle maintenance services for Detachment 1, 823 Red Horse Squadron (RHS) at Tyndall AFB, FL in accordance with the Performance Work Statement (PWS) in a manner that provides a safe and serviceable vehicle fleet that is critical to the success of the Silver Flag Exercise training site. The contractor shall provide all personnel, supervision, and services necessary to ensure vehicle maintenance, vehicle fleet management, and vehicle operation functions identified in the PWS. In addition, the contractor shall provide management and administrative functions for maintaining the special/general purpose vehicle fleet, weapon systems fleet, organizational equipment, and shop equipment. Services dedicated to The duration of this contract is expected to be for an (8) month base period and four twelve (12) month option periods. The solicitation will be for a commercial services and prepared in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13. The solicitation will result in a firm, fixed price contract The successful contractor will be selected using lowest price technically acceptable (LPTA) source selection procedures, resulting in the best value for the Government. The government intends to hold a site visit prior to the solicitation response deadline. The exact date and time will be identified in the solicitation. The solicitation will only be made available via the Governmentwide Point of Entry (GPE) via https://sam.gov. No paper copies will be issued. Interested parties are responsible for monitoring sam.gov for the release of the solicitation package. The applicable NAICS Code and Small Business Administration (SBA) Size Standard for this acquisition are 811111 and $8M, respectively. This acquisition will be a competitive total small business set-aside. To be eligible for contract award offerors must be registered in the System for Award Management (SAM). Registration is accomplished via the SAM website at https://www.sam.gov. Any questions related to this pre-solicitation notice must be submitted in writing via email to Mr. Jason Cronin at jason.cronin.2@us.af.mil or Mr. Matt Lahr at matthew.lahr.3@us.af.mil.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
BLDG 36235 CP 850-283-8643 105 MISSISSIPPI RD
TYNDALL AFB , FL 32403-5521
USA
Primary Point of Contacts:Matthew Lahr
Secondary Point of Contact:Jason Cronin