Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOURCES SOUGHT

H -- Boiler Inspection

Notice Date
1/23/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
 
ZIP Code
32403
 
Solicitation Number
Boilers
 
Archive Date
2/21/2012
 
Point of Contact
Michael R. Ferguson, Phone: 8502836553, Donald Illich, Phone: 8502836605
 
E-Mail Address
michael.ferguson@tyndall.af.mil, Donald.Illich@tyndall.af.mil
(michael.ferguson@tyndall.af.mil, Donald.Illich@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Sources Sought for Air Force Wide Boiler and Unfired Pressure Vessel Inspections 1. THIS NOTICE IS ISSUED AS SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATIONAL PURPOSES ONLY. This notice DOES NOT constitutes a Request for Proposal. This sources sought notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no costs to the Government. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. A formal solicitation will be announced separately. 2. This procurement will be conducted under NAICS Code 541330 (Engineering Services ) and DPAS (15 CFR 700). The Small Business Size Standard is $4.5M. Please identify all of the following that apply to your business: SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business, Small Business. The period of performance for the proposed contract will be for one (1) year with four (4) additional one (1) year option periods. 3. Award of fixed price contract with variable quantities is anticipated in the June/July 2012 timeframe. The contract will include a combination of firm-fixed prices and a cost reimbursement line item for travel. The contract includes furnishing and supplying to the government the necessary inspections and reports connected with approximately 1200 annual inspections of American Society of Mechanical Engineers (ASME) stamped high pressure steam boilers (above 15 psig), high temperature hot water boilers (above 160 psig and/or 250 degrees F), and associated expansion tanks at various Air Force Bases in the Continental United States (excluding Hawaii and Alaska). In addition to the Air Force Bases within the Continental United States, approximately 120 semi-annual inspections of high pressure steam (above 15 psig) and high temperature hot water boilers (above 160 psig and/or 250 degrees F) will be required at various locations in Alaska, Thule Air Base, Greenland, Lajes Field, Azores, Japan, Hawaii, and Korea. Additionally approximately 525 unfired pressure vessels (above 15 psig) and jacked steam kettles at various Air Force bases will require unfired pressure vessels require inspections. Special Requirements: The following inspection criteria and inspector qualifications must be met in order for any contractor determined to be responsible and eligible for contract award. 4. In the United States and at selected overseas sites where boilers are ASME stamped, inspections of boilers and unfired pressure vessels shall be accomplished in accordance with rules for inspections outlined in the latest edition of the National Board Inspection Code published by the National Board of Boiler and Pressure Vessel Inspectors. Qualification of Inspectors: The inspectors shall be in accordance with the Constitution and bylaws of the National Board of Boiler and Pressure Vessel Inspectors and the National Board Inspection Code. The contractor shall provide National Board Commissioned inspectors who hold a valid National Board Commission, and who have qualified by written examination under the laws, rules, and regulations in the jurisdiction of a state of the United States or and are regularly employed as an inspector of boilers and pressure vessels by a Jurisdictional Authority of the United States or as an inspector regularly employed by an Authorized Inspection Agency meeting the holder of a national board Commission who is not regularly employed as stipulated by those Bylaws or a person who carries out inspections on a fee basis. 5. This acquisition will be a competitive requirement. We are requesting all interested and qualified firms to respond to this sources sought notice with the following information: (1) name, address, phone, fax, email and website if applicable; (2) a list (not to exceed 5) of similar contracts your firm currently holds or has completed within the last three years. The lists of relevant contracts should include the location, contract number, description, estimated yearly value, performance dates, and Government point(s) of contact (contracting officer and quality assurance personnel/inspector) with phone, email addresses, and fax numbers; and (3) any other information you feel would indicate your capability to mobilize, manage and finance a large service contract such as this. Please limit your responses to 5 pages at 12 point font. The information provided is to be used to assist in determining the number of firms interested in providing this type of services to the Air Force. 6. Interested firms please provide inquiries by COB 03 Feb 12. Emailed submissions are acceptable and should be sent to SSgt Michael Ferguson, 850-283-6553, Michael.Ferguson@tyndall.af.mil and Mr. Donald Illich, 850-283-6605, Donald.Illich@tyndall.af.mil. Information shall be submitted by 12:00 PM, Central Time, on 06 Feb 12. NOTE: All contractors doing business now or in the immediate future with the Federal Government must be registered in the Central Contractor Registration (CCR) database and On-Line Representations & Certifications Application (ORCA). The website for registration is www.ccr.gov and www.bpn.gov, respectively. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the Government Point of Entry (GPE)-FedBizOpps (FBO) system at www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2151958d2c651eb5e2272fcae4bf1f3)
 
Place of Performance
Address: 139 Barnes Dr. Suite 1, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02659110-W 20120125/120123234158-f2151958d2c651eb5e2272fcae4bf1f3 (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.