Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOURCES SOUGHT

39 -- Receiving, Storage, and Distribution System at Tyndall AFB, FL

Notice Date
8/11/2010
 
Notice Type
Sources Sought
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
F4FFCX0197B001
 
Archive Date
2/11/2011
 
Point of Contact
Kristin A. McCauslin, Phone: (937) 656-7514
 
E-Mail Address
kristin.mccauslin@wpafb.af.mil
(kristin.mccauslin@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The purpose of this Sources Sought Notice is to determine the small business manufacturers available that are capable of producing the items described herein. The United States Air Force, ASC/PKESM, Wright-Patterson AFB, OH, is seeking sources to design and fabricate requirements for a Receiving, Storage, and Distribution System (RS/DS) at Eglin AFB, FL. The RS/DS includes a Freestanding Mezzanine System, Vertical Lift, Mechanical-Assist Mobile Storage System, Bin Shelving, Modular Cabinets, and Pallet Rack. These are the critical aspects of this RS/DS procurement that Potential Vendors should address in a capabilities package: • The most critical aspect of the job is the timing and urgency of getting the system delivered and installed. The building is a new hangar, maintenance facility/warehouse for the Joint Strike Fighter which is arriving in December 2010 - January 2011 timeframe. An experienced Contractor with sub-Contractor network is necessary in order to get the equipment fabricated, shipped, and installed to coincide with building occupancy and arrival of aircraft. • Major system components include Mezzanine, Vertical Lift, Mobile Aisle System, Bin Shelving (some with storage drawers, some with shelves), Pallet Rack, Modular Cabinets, and Modular Cabinet Workstations. These components must be integrated into a system, with fire suppression, electrical requirements, and some customization; this must be done in a timely manner (150 days). • The vast majority of the equipment is standard off the shelf components; however, there are some components, while made of standard commercial parts that required some unique configuration. This information is requested for support of market research being conducted by ASC/PKESM to indentify capable potential sources and the feasibility of using a small business set-aside in accordance with FAR Part 19. Contract Details: Commercial items and non-developmental items are procured under FAR Part 12 procedures and the Air Force anticipates conducting a competitive acquisition for this effort. This effort is expected to result in a Firm Fixed Price with an anticipated period of performance of 150 days. NAICS Code is 333923. Small Business Size standard is 500. Firms should only respond to this sources sought notice if they are a small business manufacturer of the items being procured for this project. For this procurement a small business is a concern, with its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is proposing on Air Force contracts, whose average number of employees for the three preceding fiscal years does not exceed 500 (See FAR 19.101). The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. 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. Capabilities Package: All interested small businesses may submit a capabilities package that explicitly demonstrates capabilities and expertise related to this effort. At a minimum the capabilities package should address the following: (1) The potential vendor's design capability for configuring standard commercial parts within an integrated material handling system. (2) The potential vendor's capability to integrate the standard commercial components with fire suppression and electrical requirements. (3) The potential vendor's capability for managing subcontracts fort supplies, components, and services. (4) A list of current or completed contracts that demonstrate the extent of the potential vendor's experience with the three preceding tasks. This list should include the contract number, the name of the entity for whom the work was done, the total contract dollar value and a technical or contractual point of contact for each contract cited. The potential vendor should explain wither the experience derived was as a prime contractor or subcontractor and how the contract contributed to the company's capacity to perform the three proceeding tasks. Responses shall be submitted electronically to the following email address: Kristin.Thompson@wpafb.af.mil in a Microsoft Word compatible format. Responses should be received no later than 17 August 2010 4:00PM EST. Direct all questions concerning this acquisition to: Kristin Thompson ASC/PKESM 2275 D Street Area B, Bldg 16, Rm 128 Wright-Patterson AFB, OH 45433-7228 Comm: (937) 656-7514 Fax: (937) 656-7534
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FFCX0197B001/listing.html)
 
Place of Performance
Address: 983 Escambia Rd., Hangar 1417, Eglin AFB, Florida, 32541, United States
Zip Code: 32541
 
Record
SN02237047-W 20100813/100811235706-4f6563b6c090696ac0a05065b53db5cf (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.