THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR part 10, Market Research and FAR part 19, Small Business Programs. This is for planning purposes only.
Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as a commitment by the Air Force for any purpose and should refrain from providing proprietary information in the response.
1. INTRODUCTION: This is the initial step in the planning process for PAVEMENT MARKINGS AND SIGNAGE at Little Rock Air Force Base.
The 19 CONS/PKA at Little Rock Air Force Base seeks sources for PAVEMENT MARKINGS AND SIGNAGE at Little Rock Air Force Base. The contractor shall provide all qualified personnel, transportation, lifts, tools, equipment, materials and services required to accomplish LED One-For-One Fixture Replacement w/Photometrics on Little Rock AFB, AR 72099. The contractor shall accomplish all below to meet the requirements of this Performance Work Statement (PWS). Work shall be in compliance with all Federal, State and local regulations, codes and contractor must have a minimum of 5-years of experience in pavement markings and signage. Work shall be accomplished within 60 days of material arrival per delivery order.
19 CONS/PKA anticipates conducting a competitive acquisition for this effort. The effort is expected to result in a singular award. The NAICS code is anticipated to be 237310 (Highway, Street, and Bridge Construction) with a size standard of $45.0M.
2. INSTRUCTIONS: All businesses capable of meeting the requirements listed per the attached item list are invited to respond electronically. All responses shall include the following:
a. Capabilities statement: Shall include company name, address, DUNS number, CAGE code, point of contact with email address and telephone number.
b. Business size and any additional socio-economic categories (small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using NAICS 237310 with a size standard of $45.0M. The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice.
c. A positive statement of intent to bid as a prime contractor.
d. Any current government contract vehicles that may be utilized to procure this requirement.
e. Statement of Capabilities are limited to 5 pages and should demonstrate capability to provide the requirement.
Responses must be received no later than 5 February 2025, and be addressed to the Contract Specialist, Saraetta Alexander, and the Contracting Officer, Camille Drackette.
LIST OF ATTACHMENTS:
- Draft PWS_MARKINGS AND SIGNAGE