Nevada Bids > Bid Detail

99 CES Reconditioned Transformer

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159438738482756
Posted Date: Mar 17, 2023
Due Date: Mar 24, 2023
Solicitation No: F3G3CE3034AW01
Source: https://sam.gov/opp/8e2c5c90d6...
Follow
99 CES Reconditioned Transformer
Active
Contract Opportunity
Notice ID
F3G3CE3034AW01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4861 99 CONS LGC
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 16, 2023 04:47 pm PDT
  • Original Response Date: Mar 24, 2023 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6120 - TRANSFORMERS: DISTRIBUTION AND POWER STATION
  • NAICS Code:
    • 335311 - Power, Distribution, and Specialty Transformer Manufacturing
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)



F3G3CE3034AW01





The United States Air Force, 99 CONS, Nellis AFB, NV is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing one (1) Reconditioned Transformer as defined in Attachment 1 – Salient Characteristics. Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance.





All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quotes) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.





The NAICS Code assigned to this acquisition is 335311 with the PSC Code 6120. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.



Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.





CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package with estimated cost that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Required delivery date is May 12, 2023.





Responses may be submitted electronically to the following e-mail address: amal.djezzar.dz@us.af.mil and david.kim.18@us.af.mil. All correspondence sent via email shall contain a subject line that reads “F3G3CE3034AW01, Reconditioned Transformer" If this subject line is not included, the email may not get through email filters at Nellis AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be emailed to: 99 CONS, POC – A1C Amal Djezzar and TSgt David Y. Kim. Email: amal.djezzar.dz@us.af.mil and david.kim.18@us.af.mil







RESPONSES ARE DUE NOT LATER THAN Friday 24 March 2023 BY 10:00 AM Pacific Time. Direct all questions concerning this acquisition to A1C Amal Djezzar at amal.djezzar.dz@us.af.mil or TSgt David Y. Kim at david.kim.18@us.af.mil






Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 5865 SWAAB BLVD
  • NELLIS AFB , NV 89191-7063
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 16, 2023 04:47 pm PDTSources 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 >