Maryland Bids > Bid Detail

Dry Ice Delivery Joint Base Andrews/Joint Base Anacostia-Bolling

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159392079587720
Posted Date: Mar 9, 2023
Due Date: Mar 16, 2023
Solicitation No: SourcesSoughtFY230002
Source: https://sam.gov/opp/77d8a1c911...
Follow
Dry Ice Delivery Joint Base Andrews/Joint Base Anacostia-Bolling
Active
Contract Opportunity
Notice ID
SourcesSoughtFY230002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFDW
Office
FA2860 316 CONS PK
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: Mar 09, 2023 03:19 pm EST
  • Original Response Date: Mar 16, 2023 04:30 pm EDT
  • 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: 6830 - GASES: COMPRESSED AND LIQUEFIED
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    JB Andrews , MD 20762
    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.



Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 325120.



The purpose of this agreement is to: Supply 150lbs of dry ice pellets to Joint Base Anacostia-Bolling every Monday morning except for scheduled holidays, family days or base closures. You must also supply 300lbs of dry ice pellets to Joint Base Andrews every Monday morning except for scheduled holidays, family days or base closures. The contractor shall be set up to support emergency services to provide delivery within 24 hours of receipt and acknowledgement of emergency service requests to the appropriate clinic/facility.



PWS/SOO is attached.



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



What is the purpose of the item(s)?



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.



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.



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: matthew.jackson.74@us.af.mil. Telephone responses will not be accepted.



RESPONSES ARE DUE NO LATER THAN 16 March 2023 @ 1630.



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 240 612 5676 1349 LUTMAN DR
  • JB ANDREWS , MD 20762-7001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 09, 2023 03:19 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 >