Washington Bids > Bid Detail

JBLM Air Boss

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • G - Social Services
Opps ID: NBD00159273901645430
Posted Date: Jan 9, 2023
Due Date: Jan 18, 2023
Solicitation No: PANMCC-23P0000006094
Source: https://sam.gov/opp/a4d2e766b5...
Follow
JBLM Air Boss
Active
Contract Opportunity
Notice ID
PANMCC-23P0000006094
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-JB LEWIS-MC CHORD
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 09, 2023 03:48 pm EST
  • Original Response Date: Jan 18, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: G003 - SOCIAL- RECREATIONAL
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Joint Base Lewis McChord , WA 98433
    USA
Description

his is a Sources Sought Notice ONLY. The U.S. Government desires to procure commercial sources capable of providing, a non-personal services contract to provide Air Boss services for JBLM 2023 air show in July. Air Boss will assist and prepare all documentations, coordiantion, and executing for air operations. The Airboss will provide specific expertise knowledge prior to the airshow.





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 source 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: 488190 "Other Support Activities for Air Transportation." The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $32,500,000 average annual receipts.



Attached is a copy of a draft Performance Work Statement( PWS).





In response to this source sought, please provide:



1. Name of the firm, point of contact, phone number, email address, Unique Entity ID, 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 service 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. Recommendations to improve the approach/specifications/draft SPWS to acquiring the identified items/services.








Attachments/Links
Contact Information
Contracting Office Address
  • DIRECTORATE OF CONTRACTING BLDG 2015 4TH ST BOX 339500 MS 19
  • JOINT BASE LEWIS MCCH , WA 98433-9500
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 09, 2023 03:48 pm ESTSources 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 >