Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2008 FBO #2505
SOLICITATION NOTICE

W -- RFI Passenger Baggage Screening Equipment

Notice Date
10/3/2008
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
23092008Scanners
 
Response Due
10/15/2008 4:00:00 PM
 
Archive Date
10/30/2008
 
Point of Contact
Linda G. Robertson,, Phone: 618.256.9941, Jennifer L Gherardini,, Phone: 618.256.9979
 
E-Mail Address
linda.robertson@us.af.mil, jennifer.gherardini@scott.af.mil
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Request for Information (RFI) Passenger Baggage Screening Equipment This Sources Sought Request for Information (RFI) is issued for informational purposes to locate capable business concerns. The Air Force is conducting market research and desires input from industry to assist in requirements planning. The information requested by this synopsis will be used within the Air Force to facilitate the purchase or leasing of X-Ray Scanners to screen passenger baggage at the passenger terminal to various installations. The Air Force will not be responsible for any costs incurred by interested parties in responding to this RFI. Headquarters Air Mobility Command (AMC) is interested in the identification of capable sources to provide up to 70 each Large X-Ray Scanners and up to 15 Small X-Ray Scanners. The Contractor shall be responsible for shipping the X- Ray Scanners to their installation points except: scanners destined to Guantanamo Bay Cuba shall be shipped to Charleston AFB, SC, scanners destined for Al Udeid, Qatar shall be shipped to McGuire AFB, NJ, scanners destined for Diego Garcia, British Indian Ocean Territory (BIOT), and Paya Lebar, Singapore shall be shipped to Yokota AB, Japan. The placement of the above scanners will be the responsibility of the Government; however, the contractor will be responsible for the installation at these locations. 1. Description: The X-Ray Scanners will need to meet, at a minimum, the Specifications for both large and small X-Ray Scanners (Attachment 1). Also provided is an estimated Distribution List to include the number of large and small scanners at each location (Attachment 2). 2. Request Capability Statement be submitted and include the following: a. Company Information. Name, Address, telephone number, FAX number, point of contact(s) name(s), phone number, e-mail address, NAICS Code, GSA Schedules held, company size (small or large business); if small indicate type (8a, small disadvantage business, HUBZONE, minority-owned, woman-owned, veteran-owned, etc). Please provide identification of business size and whether currently designated a small business as defined by Federal Acquisition Regulation (FAR) Part 19. Also identify if you are currently registered in the Central Contractor Registration (CCR) system. b. Capability statement should include a brief description of experience in providing the requirements similar to the requirement described above. Please provide contract references relating to services providing X-Ray Scanners to include: Contract number; contracting agency or firm, period of performance, contract value, type of contract (Fixed Price, Labor Hours, etc.) and Point of Contact (POC) with current phone/fax number. The capability package must be clear, concise, and complete. Capability packages should be limited to no more than 20 pages (you may print front & back). Please complete Attachment 3, the cost should include all costs associated with the purchase or leasing of the X-Ray Scanners, such as shipping, and travel associated with the maintenance of the scanners. c. Identify Major Risks: Provide general information to identify any major risks anticipated. d. Any other information deemed useful to the Air Force. 3. Submission Information. Response by e-mail is required and should be forwarded to Linda G. Robertson, Contract Specialist, via e-mail at Linda.Robertson@us.af.mil and Tammie Shelton, Contracting Officer, via e-mail at Tammie.Shelton@scott.af.mil. Response must be received by this office at or before 4:00 pm local time on 15 October 2008. This request for information is not a commercial solicitation and the Government will not pay for any information submitted or for any costs associated with providing the information. POINT OF CONTACT: HQ AMC/A7KQA, Linda G. Robertson, Contract Specialist, (618) 256-9941, FAX (618) 256-5724.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6b8f41dec09e8166c8dc7e2e3cf8854f&tab=core&_cview=1)
 
Place of Performance
Address: Miscellaneous addresses in the Continential US and overseas., United States
 
Record
SN01688110-W 20081005/081003221706-6b8f41dec09e8166c8dc7e2e3cf8854f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.