Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2015 FBO #4817
SOURCES SOUGHT

Y -- Power Assisted Vehicle Barriers - Attachment 1

Notice Date
1/30/2015
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of State, Bureau of Diplomatic Security, DS Contracting and Procurement Division, 1800 N. Kent Street, Room 11101, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
DSMGTCAP15I0001
 
Archive Date
8/15/2015
 
Point of Contact
Erika Lichliter, Phone: 7038757402
 
E-Mail Address
lichliterel@state.gov
(lichliterel@state.gov)
 
Small Business Set-Aside
N/A
 
Description
OBO STANDARD SPECIFICATIONS, ACTIVE ROADWAY BARRIER SYSTEMS SECTION 324007 - 1 The U.S. Department of State is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support improving the reliability of the power assisted vehicle barriers (PAVBs) used at diplomatic facilities domestically and overseas. Specifically, the Department is seeking all PAVBs that meet all of the Department's manufacturing and performance requirements as stipulated in its governing construction specifications. Integral in these specifications is a requirement for a barrier system to have been endurance cycle tested (e.g. raised and lowered a pre-determined number of times) to demonstrate a basic level of mechanical reliability. These construction specifications are promulgated by the Overseas Building Operations (OBO) Bureau. The Department would like to identify PAVB products including, but not limited to; rising wedge barriers, rising bollards, sliding gates, rising and descending beams/bars and drop arm barriers that have been endurance cycle tested for 200,000, 500,000 and 1,000,000 cycles of operation. The results of this market research will contribute to determining the method of procurement and assist DOS in developing and further defining procurement, acquisition, and development strategies. As example, PAVBs that meet the following specific endurance cycle testing metrics could be included in future requirements over the next several fiscal years: 200,000 cycles by September 2015 500,000 cycles by September 2016 1,000,000 cycles by September 2017 NOTE: This schedule is not definitive, and is only provided as an example of a potential outcome from this market research effort. The endurance cycle testing must be performed in accordance with the general directions contained in the following OBO specifications. Additionally the testing must be performed by an independent, ISO 17025 accredited, testing facility and replicate the cycle timing requirements stipulated in the above specifications for the specific type of barrier (e.g. wedge, gate, drop arm). The test report should include specifics of any stop of the cycle testing and any maintenance and/or repair required to complete the cycle testing. This market research will identify all potential sources, including small business sources (including 8(a) business development participants, veteran-owned small businesses, service disabled veteran-owned small businesses (SDVOSB), HUB Zone small business concerns, small disadvantaged businesses, women-owned small business concerns and economically disadvantaged women-owned small business concerns). The anticipated North American Industry Classification System (NAICS) Code assigned to this procurement is 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing. Interested firms must demonstrate in their qualifications statement that they are qualified to perform the work outlined in the above requirement under this NAICS code. There is no incumbent contract. This is not a solicitation announcement. No contract will be awarded from this announcement. This request for capability information does not constitute a request for proposals and does not bind the U.S. Department of State to any agreement, written or implied. Submission of any information to this market survey is purely voluntary. DOS assumes no financial responsibility for any costs incurred by respondents. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the Sources Sought Notice. If your company has the capacity to perform the services outlined in the SOW, please provide the following information: (1) Organization name, address, email address, web site address, telephone number, point of contact, size of business, qualified small business category and certification, type of ownership (including country of ownership) for the organization, DUNS Number, Cage Code, SAM information; (2) Any level of Facility Clearance obtained by the organization (i.e. Secret, Top Secret, etc.), if applicable; (3) A detailed capability statement and at least three (3) relevant past performance references documenting ability to perform similar requirements of the SOW; (4) Specifications for all products that meet the specified PAVB endurance cycle testing requirements, and any questions, concerns, or recommendations for the DOS to consider in response the PAVB cycling requirements. Prospective vendors are requested to submit complete documentation which clearly demonstrates their product's compliance with all applicable procurement specifications, to include a test report documenting cycle endurance testing, to be eligible for consideration at DOS facilities. The capability statement and relevant past performance history should identify appropriate levels and types of expertise in a manner that demonstrates understanding of the requirements of the SOW. There is no deadline for submitting questions directly related to this announcement The deadline for submitting capability statements in response to the Sources Sought Notice is 03:00PM (EST) on July 31, 2015. The Department may extend the deadline for capability statement submission if necessary. Responses are limited to 50 pages, font size 12, and shall be submitted to DS/MGT, Contracts and Procurement Division via email at DSCAPProposals@state.gov. Email submissions should use a subject line similar to "Power Assisted Vehicle Barriers SSN Response." Sales brochures, videos and other marketing information materials will only be accepted on a case by case basis. Telephone inquiries will not be accepted or acknowledged. Any future solicitation(s) to be released it will be via FedBizOpps (http://www.fbo.gov). It is the responsibility of the potential Offeror to monitor FedBizOpps for any information that may pertain to this Sources Sought Notice or a future solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ad406352cf8c470f52251fe5d2e5a8f8)
 
Place of Performance
Address: Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN03629829-W 20150201/150130235146-ad406352cf8c470f52251fe5d2e5a8f8 (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.