Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOURCES SOUGHT

34 -- Computer Controlled Steel Framing Machine

Notice Date
7/6/2011
 
Notice Type
Sources Sought
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
FA4626-11-R-5001
 
Point of Contact
Charles M Weibel, Phone: 406-731-3123
 
E-Mail Address
charles.weibel@malmstrom.af.mil
(charles.weibel@malmstrom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Reference Number FA4626-11-R-5001 This is a Sources Sought announcement only. There is no solicitation available at this time. Requests for a solicitation will not receive a response. The 341st Contracting Squadron is conducting market research to determine the existence of potential business sources able to provide a computer controlled steel framing machine/roll forming machine utilizing rolled steel stock for the purposes of building construction to include wall framing and trusses. The information in this notice is based on the best and most current information available to date. This information is subject to change and does not bind the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business Opportunities homepage at www.fbo.gov as available. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 333120, Construction Machinery Manufacturing. The size standard for NAICS 333120 is 750 employees. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. The contractor shall provide a 40' shipping container with integrated air conditioning, internal power systems and lighting, custom entry (side and end) doors for coil loading, built-in cabinets and shelving for work area and tool storage. A computer controlled roll-former functionally equivalent to the FrameCAD F300i. Powered steel decoiler, Diesel generator, Integrated gantry crane, Outside shade canopy for assembly area, Spare parts/maintenance tool kit, Basic tool kit and a Software package for facility design and interfacing with manufacturing equipment. Equipment must be capable of cold forming each building member, each component must be labeled to minimize assembly error and expedite assembly, and all framing members must have pre-punched holes to facilitate the installation of utilities. Unit must be fully deployable for all environments. For capability purposes FrameCAD's "Factory in a Can" is the quality standard. Interested and qualified sources are requested to provide a brief statement of current capability and letter of interest. Interested and qualified sources are requested to provide the following information: 1) Company name, point of contact, e-mail address, telephone and fax numbers, type of business and size; 2) a list of your most recent and relevant DoD or commercial contracts (not to exceed three) to include names, points of contact, phone numbers, value and type of contract, period of performance, and brief description; and 3) information telling us about your company and why you think you can provide this commodity. Respondents are asked to limit submissions to 5 pages or less, or the minimum number of pages necessary to address the requirements specified in this announcement. Any information provided is voluntary. The 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. In order to be considered in this market survey, responses are required not later than close of business 20 July 2011. Fax responses are acceptable; confirm receipt is recommended. Please FAX your response to (406) 731-4005, Attn: Chuck Weibel. Written responses must be mailed to: 341st Contracting Squadron, Attn: Chuck Weibel, 7015 Goddard Drive, Malmstrom AFB, MT 59402-6863.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7585869e7b75cc0cfe38668f7e24bd26)
 
Place of Performance
Address: 7015 Goddard Drive, Malmstrom AFB, Montana, 59402-6863, United States
Zip Code: 59402-6863
 
Record
SN02490875-W 20110708/110706235112-7585869e7b75cc0cfe38668f7e24bd26 (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.