Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOURCES SOUGHT

J -- Rebuild/Repair of Cincinnati Mills

Notice Date
11/17/2010
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
CINC-rebuild
 
Archive Date
3/31/2011
 
Point of Contact
Dawn Hampton, Fax: 8042795948
 
E-Mail Address
dawn.hampton@dla.mil
(dawn.hampton@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought This is not a request for quote or proposal, nor an invitation for bid. This announcement is considered market research in accordance with FAR Part 10. The purpose of this synopsis is to identify qualified vendors capable of performing a turn-key machine rebuild project involving Cincinnati brand milling machines. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. No contract will be awarded on the basis of any information or unsolicited offers received in response to this notice. The Government is interested in identifying capable small businesses including 8(a), Historically Underutilized Business Zone, or Service-Disabled Veteran-Owned Small Businesses that are interested in performing this type of requirement. The Government will use this information in determining if a solicitation or other contract vehicle will be utilized and if a socio-economic set aside is appropriate. A determination by the Government not to compete this project based on information obtained from this notice is solely within the discretion of the government. The North American Industry Classification Sytems (NAICS) Code assigned to these types of services is 811310 and the annual size standard is $5.0 million. Basic Scope of Work 1. Turn-key project where the contractor will be responsible for furnishing all services, labor, parts and material necessary to rebuild several milling machines in accordance with a Government Statement of Work. 2. Each machine shall be restored to "like-new" condition. 3. Replacement parts shall be Original Equipment Manufacturer (OEM) parts. 4. The prime contractor shall be responsible for ALL aspects of the rebuild including removal from the customer facility, crating, shipping, storage, repair, rebuild, testing, return shipping and complete installation back to operational condition at the Government facility. 4. Rebuild services may require installation of a new 3-axis digital readout. 5. Service may include maintenance/repair such as column, knee, saddle and table to be ground, scraped and aligned to meet original manufacturer's and/or Government tolerances. 6. Machines may be Cincinnati Mill models "DH" or the "520" series or similar. 7. Machines may be located at one of several CONUS military bases. Submittal Information All responsible sources are invited to respond. Contractors should have a minimum of five years maintenance experience with rebuilding Cincinnati brand heavy industrial equipment. The Contractor should provide evidence of meeting this requirement with the response. Contractor personnel shall be fully knowledgeable of all safety and environmental requirements associated with the work they perform. Interested firms should submit a brief capabilities statement that clearly demonstrates the ability to perform the services described herein. The capabilities brief should include, at a minimum, the following: a) Company name, address, and point of contact with telephone, fax and email information b) Company DUNS, CAGE Code, business size and socio-economic classification c) Evidence of current/previous experiences performing efforts of similar size and scope within the last five (5) years. Indicate whether performed as a prime or subcontractor, whether commercial or governmental customers, approximate dollar value and length of contract. d) Brochures and descriptive literature for products and services described above The statement of interest and capability should be forwarded to the Acquisition Specialist at the following address: Defense Logistics Agency - Aviation ATTN: Dawn Hampton, VICA, 33-E 8000 Jefferson Davis Hwy Richmond, VA 23297-5000 FAX: 804-279-5948 EMAIL: Dawn.Hampton@DLA.MIL. As this is only a request for information, vendors may respond via email, fax or hard copy; however, telephone inquiries will not be returned. Responses are requested by 12/3/10; however, there is no official closing date. All responses will be kept on file for future consideration and planning purposes. Respondents shall not submit any proprietary information when responding to this RFI. Respondents shall also note that the Government will not return any information submitted in response to this RFI. All information submitted is at the offeror's own expense. The Government will not reimburse respondents for any costs associated with submission of capability statements in connection with this market survey. Any information provided is voluntary. Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. Please note the following should this project become a formal acquisition: • In order to receive an award from any resultant solicitation, the successful offeror must have an active Central Contractor Registration (CCR). The CCR website is: http://www.ccr.gov. • The successful offeror must also have an active Online Representation and Certification Application (ORCA). The ORCA website is: http://orca.bpn.gov. • For HUBZone, SDVOSB, or Small Business set asides, at least fifty percent (50%) of the cost of personnel for contract performance must be spent for employees of the concern or employees of other (subcontracted) small business concerns (ref: FAR 52.219-3, Notice of Total HUBZone Set-Aside; 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.214-6 Notice of Small Business Set-ASide).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/CINC-rebuild/listing.html)
 
Place of Performance
Address: Continental United States (CONUS), United States
 
Record
SN02329407-W 20101119/101117234554-c36ee9e39b39096089834858479e0a7a (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.