Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOURCES SOUGHT

23 -- 60 and 40 Ton Cranes

Notice Date
3/10/2011
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery 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
FA8630-11-R-5027
 
Archive Date
4/9/2011
 
Point of Contact
Michael H. Jones, Phone: 9376563594
 
E-Mail Address
michael.jones@wpafb.af.mil
(michael.jones@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis/Request for Information: THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base OH anticipates a competitive acquisition to provide the following items: Per FAR 11.101 and 52.211-6, this is a Brand Name or Equal requirement. Make/Model: Terex Demag AC60/3, Qty: 2. Cranes (60 ton) Make/Model: Terex Demag AC40/2, Qty: 2. Cranes (40 ton) (Specifications can be found at http://www.terexcranes.com) Information is being collected from all potential sources at this time. Firms responding should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 333924, size standard of 750 employees. Please indicate staffing levels relative to the standard of 750 employees. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DOD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. FAR 19.001, Non-manufacturer Rule is applicable to this requirement. The Non-manufacturer rule means that a contractor under a small business set-aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). Capabilities Package. All interested firms should submit packages that outline their capability to provide the required items. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar projects within the past three (3) years. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 pages. Submit capabilities packages via e-mail to Michael Jones at Michael.Jones@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 25 March 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-11-R-5027/listing.html)
 
Record
SN02398258-W 20110312/110310234813-1f0755e47002f04250e4d17a29ae9ca6 (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.