THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION ONLY.
1. This Sources Sought (SS)/Request for Information (RFI) is issued solely for market
research purposes to determine potential sources. This notice does not constitute a
Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or Request
for Proposal (RFP), and is not to be construed as a commitment by the Government to
issue an order or otherwise pay for the information solicited, nor is it a guarantee of a
forthcoming solicitation or contract. Respondents will not be notified of the results since
this is an RFI announcement. No reimbursement will be made for any costs associated
with providing information in response to this announcement. The Government is not at
this time seeking proposals and will not accept unsolicited proposals. Not responding to
this RFI does not preclude participation in any potential future RFQ. It is the responsibility
of potential oerors to monitor SAM.gov for additional information pertaining to this
requirement. The purpose of this notice is to conduct market research, a continuous
process for collecting and analyzing information about capabilities within the market to
satisfy agency needs. The acquisition strategy has not yet been determined and market
research results will assist in determining the direction this acquisition may take. No
telephone calls will be accepted requesting a bid package or solicitation. A solicitation
does not presently exist. All responses shall comply with the criteria established in this RFI
to be considered for review.
2. Purpose:
The Government is performing market research to support acquisition strategy decisions
as they relate to determining if a small business set aside is appropriate as well as the best
execution method. Therefore, we further invite oerors to provide a capability statement in
response to this requirement as well as the information below. Prospective contractors
shall be registered in the System for Award Management (SAM) prior to award of any
Federal Government contract. Contractors are encouraged to obtain further information on
SAM registration at the following website: https://sam.gov/.
3. Description of Requirement:
Description Unit Quantity
SS250DC100 TRAILER BASE 4/2020 EA 1
3" PINTLE HITCH REV.E EA 1
7 PIN FLAT BLADE CONNECTOR RO EA 1
28" HITCH EXTENSION ASSY RVH EA 1
LIGHT KIT NON DP WRK,ARRBRD, STR CL1 R-C EA 1
ENGINE COVER ASSY, 37HP AND BELOW R.Q EA 1
HOSE REEL, 50FT-3/4" HOSE REV.B (BLUE) EA 1
CNVYR KIT, SS250, EZ1000&ALL EZ 1500 R.A EA 1
The Contractor shall provide Crafco Super Shot 250 or equal asphalt sealing machine will
be acceptable.
4. Current Contract and Incumbent:
N/A
5. Responses must address the following:
a. Name, address, CAGE Code, SAM UEI, and main point of contact of your company.
b. Provide a capability statement to show the ability to meet requirements.
c. Specify your business type (large business, small business, Small Disadvantaged
Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman-
Owned Small Business (WOSB), Economically Disadvantage Woman-Owned Small
Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) based
upon NAICS 811310 Commercial and Industrial Machinery and Equipment (except
Automotive and Electronic) Repair and Maintenance. Specify all that apply.
d. The anticipated NAICS 811310 Commercial and Industrial Machinery and Equipment
(except Automotive and Electronic) Repair and Maintenance. The anticipated Product
Service Code (PSC) is 3895, Miscellaneous Construction Equipment. Please provide
information if the NAICS/PSC is correct or if a dierent NAICS/PSC is a better fit. Please
specify the dierent NAICS/PSC, if applicable, and explain why
e. Does your company currently provide these services under an existing contract such as
an Indefinite Delivery Indefinite Quantity (IDIQ) or Government-Wide Acquisition
Contract?If so, please provide the contract number, point of contact name/number, and
managing agency (e.g., Air Force, DoD, GSA).
6. Industry Response:
All responses shall be received by 01 May 2025 2:00 PM EST. No extension to the response
date will be considered. Send responses via e-mail to Binod Pathak
binod.pathak.1@us.af.mil, Jordon Bongcayao jordon.bongcayao.1@us.af.mil, or
436CONS.PKB.ORG@us.af.mil by the response date. Responses shall be no more than
TWO pages (single spaced, front and back, no smaller than Times New Roman, font size 12
or equivalent). If submissions exceed the page count noted, the Government reserves the
right to only review the first five pages and may disregard the remainder of the
submission. Extraneous materials (brochures, manuals, etc.) will not be considered.
7. Any questions regarding this Sources Sought can be directed to both the CO and CS
listed above.