Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
MODIFICATION

62 -- Sources Sought for LED Airfield Taxiway Lighting

Notice Date
6/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC/PKY, 4375 Chidlaw Road, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
SSS-06-10-1-PKY
 
Archive Date
7/10/2010
 
Point of Contact
Christopher L. Muntz,
 
E-Mail Address
christopher.muntz@wpafb.af.mil
(christopher.muntz@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a reposting of Sources Sought # SSS-06-10-PKY which was previously cancelled. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. The Air Force's (AF) Enterprise Sourcing Group (ESG) Civil Engineering Commodity Council (CECC), Wright-Patterson AFB, is issuing a sources sought synopsis to determine if there are businesses qualified and capable of supplying and installing light-emitting diode (LED) taxiway lighting fixtures at AF bases. The applicable North American Industry Classification System (NAICS) code for this acquisition is 335129 with a small business size standard of 500 employees. The CECC is seeking a Capability Package from all qualified contractors. Responses should include information identifying whether the interested firm is a small or large business. The ESG CECC was established as part of the AF's Installation Acquisition Transformation (IAT) with a goal to strategically source civil engineering commodities enterprise-wide. The CECC's taxiway lighting spiral will convert all existing AF airfield taxiway quartz/incandescent fixtures to LED fixtures. The CECC is determining the optimal sourcing strategy to handle the purchase of LED taxiway lighting fixtures as well as the subsequent installation on the airfield. The CECC intends to identify companies with the capability to install taxiway fixtures at bases within a specified region(s). See attachment for a breakdown of bases that are located within identified regions and the associated number of fixtures. It is anticipated that the contractor must handle projects at multiple bases, sometimes simultaneously, within the awarded region. Interested companies are asked to highlight which region/regions they intend to cover in their response. At a summary level, the anticipated scope for the LED taxiway lighting acquisition includes: • Remove elevated and in-pavement taxiway edge light fixtures. • Furnish and install new elevated (L-861T) and in-pavement (L-852) light-emitting diode taxiway fixtures. o Fixtures must be Federal Aviation Administration approved, in accordance with FAA Advisory Circular 150/5345-46C. • Fixtures may be installed in the continental United States (CONUS) on over 40 AF bases in varying quantities per base. • The period of performance for the project at each base is estimated to be 90 days. The Government anticipates the contractor will provide all personnel, materials, equipment, and services necessary to perform the tasks outlined above. The contractor must be able to obtain the adequate security clearance to perform the work on-base. **Amendment 01 provides clarity on the information to be included in the response:** At a minimum, it is requested that the respondent provide: • Their status as a small or large business • A statement that the respondent is capable of performing the scope of work as identified • Information regarding successfully completed similar projects on airfields • Ability to handle performance of this scope of work on more than one airfield-potentially simultaneously • Detail on which region(s) can be covered by your company Responses are due no later than 1 PM EST 25 June 2010. Your submittal should be limited to a maximum of 10 pages. If late information is received, it may be considered by the Government Evaluation Team, depending on agency time constraints. Responses should be submitted by email to the following: Mr. Chris Muntz email: christopher.muntz@wpafb.af.mil IMPORTANT: This sources sought synopsis does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future, or represent the amount of work anticipated. This does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought synopsis. All costs associated with responding to this sources sought synopsis will be solely at the interested party's expense. Not responding to this sources sought Synopsis does not preclude participation in any future RFP. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at www.fbo.gov. It is the responsibility of the sources sought respondent to monitor this site for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36227d89a0fb4fe695f6aed90e913e45)
 
Place of Performance
Address: Multiple locations CONUS-wide, United States
 
Record
SN02175196-W 20100613/100611234601-36227d89a0fb4fe695f6aed90e913e45 (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  © 1994-2020, Loren Data Corp.