Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOURCES SOUGHT

17 -- D-Check System

Notice Date
9/22/2014
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-14-Q-B306
 
Archive Date
10/18/2014
 
Point of Contact
Peter J Seiler, Phone: 3214949516, Cheryl T. Witt, Phone: 321-494-4394
 
E-Mail Address
peter.seiler@us.af.mil, cheryl.witt@us.af.mil
(peter.seiler@us.af.mil, cheryl.witt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-14-Q-B306 shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 336413. The size standard for NAICS is 1000 employees. The requirement is to determine available sources for 3 items: 17' Boom Hoist Lifting Capacity 350 LBS, Wheel Tire Dolly, Retro Installed Power Drive. 17' Boom Hoist Salient Characteristics: Lifting capacity of 350LBS. includes flight control spreader bar for ailerons, inboard and outboard flaps and elevators. Unit is to be used on C-130 aircraft. The hoist can be utilized in the hanger or on the flightline eliminating the need for a moblie crane or a fixed hoist. Manufacturer: D-Check Developments Inc, Part Number: 27-C130, Quantity: 1, Unit of Issue: Each Wheel Tire Dolly Salient Characteristics: Adjusts to accommodate different wheel sizes and is collapisble for easy transport. The collapsible dolly can be used on narrow and wide body aircraft wheel assemblies. Manufacturer: D-Check Developments Inc, Part Number: 32-40C130, Quantity: 1, Unit of Issue: Each. Retro Installed Power Drive Unit System Salient Characteristics: 3000LBS. capacity, infinitley variable speed. The unit is more maneuverable and can be operated by one technician. Manufacturer: D-Check Developments Inc, Part Number: BJ-PD-R, Quantity 1, Unit of Issue: Each. What is the purpose of the items: 17' Boom Hoist is used for servicing ailerons, flaps and elevators on the C-130. Wheel Tire Dolly is used to remove and install wheel and tire assemblies on C-130 aircraft. Retro Installed Power Drive Unit System is used for the removal and installation of aircraft components on C-130 aircraft. It will improve the maneuvering capabilities of the Omni Arm and allow for one technician to operate the unit. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) 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 SDVOSB, WOSB, EDWOSB, or 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. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil ; by mail to 45 CONS/LGCB, Attn: FA2521-13-Q-B306,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 3 October 2014 1500 EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B306/listing.html)
 
Place of Performance
Address: BLDG. 647, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03522756-W 20140924/140923000143-26940f546be3812ec9f99eba19df767a (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.