Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOURCES SOUGHT

39 -- A Mechanized Materials Handling System requiring design, fabrication, installation, orientation, and test requirements - Draft Cover PD

Notice Date
1/23/2013
 
Notice Type
Sources Sought
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
F4FFCX2346B001
 
Archive Date
2/22/2013
 
Point of Contact
Brenda M. Hicks, Phone: 9376567389
 
E-Mail Address
brenda.hicks@wpafb.af.mil
(brenda.hicks@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Drawings Draft Appendix D Draft Appendix C Draft Appendix B Draft Appendix A Draft Cover Purchase Description Mechanized Materials Handling System 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 is to determine the small business manufactures available that are capable of producing the items described herein. The United States Air Force, AFLCMC/PZIEB, Wright-Patterson AFB, OH, is seeking sources to design, fabrication, installation, orientation, and test requirements for a Mechanized Materials Handling System for the Air Cargo Facility (ACF) at Rota Naval Station in Spain. The project includes design, fabrication, installation, and test requirements for pallet lifts, design, fabrication, installation, and test requirements for a mezzanine, design, fabrication, installation, and test requirements for a non-powered 463L pallet conveyor, design, fabrication, installation, and test requirements for a electric 463L pallet jacks. A more detailed description can be found in the draft attachments on www.FBO.gov. Any offerors proposing an "or equal" product to the above components should submit product information concerning the "or equal" product. This notice information is to support market research being conducted by AFLCMC/PZIEB to identify capable potential sources and the feasibility of using a small business set-aside in accordance with FAR Part 19. Contractors responding to this shall submit the following information to: Brenda Hicks email brenda.hicks@wpafb.af.mil. Response Date: 07 Feb 2013, 2:00 p.m. EST either by email (above) or postal Brenda Hicks AFLCMC/PZIEB 2275 "D" Street Bldg 16, Room 128 Wright-Patterson AFB, OH 45433 Com: (937)656-7389 DSN: 986-7389 Required Submittal: Contractors should submit, by the due date listed above, the following: 1. Company Information to include: a. Points of contact, addresses, email addresses, phone numbers b. Identification as a large U.S. business, small U.S. business, or a foreign business. 2. A summary of your related capabilities information based upon the Contractor Requirements required below. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements including company CAGE Code or DUNS Number, business size and description of relevant contract experience with Government or commercial customers. Limit responses to a total page limit of 5-7 pages in a Microsoft Word compatible format. 3. Address your approach to how the work would be provided as requested above. 4. Provide no more than five contract history matrices for any contract relevant to this effort. (Include information about current work or work completed within 3 years of date of this notice) For all current or past contracts deemed relevant, provide the following administrative reference information. (There is no page limit for this requirement.) a. Company/Division Name b. Program Title c. Contracting Agency d. Contract Number e. A brief description of the contract effort, indicating whether it was development and/or production f. Type of Contract g. Delivery Date h. Original Contract & Value and Current Contract & Value i. Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) and Procuring Contracting Officer (PCO). 5. Any other information you think we need to evaluate your capabilities. Submitted information shall be UNCLASSIFIED. 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 contract with an anticipated period of performance of 180 days. The applicable North American Industry Classification System (NAICS) Code is 333922. 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 base 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 sources sought synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Respondents should not construe this notice as a commitment by the Air Force for any purpose. All responses should be received no later than 07 Feb 2013, 2:00 PM (EST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FFCX2346B001/listing.html)
 
Place of Performance
Address: Rota Naval Station, Spain, Spain
 
Record
SN02970550-W 20130125/130123234318-249043af4ef626220a7d90f945f825c9 (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.