Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOURCES SOUGHT

99 -- AMFF Blast Booth Robot Blasters - Purchase Description

Notice Date
1/26/2016
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
L6WC01
 
Archive Date
3/12/2016
 
Point of Contact
Shane Groves,
 
E-Mail Address
shane.groves@us.af.mil
(shane.groves@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Purchase Description Request for Information AMFF Blast Booth Robot Blasters (L6WC01) 21 January 2016 Purpose/Description The Government is conducting market research to identify potential sources that possess the data, expertise, capabilities, and experience to meet qualification requirements to design, build, test, and install 4 robotic blast systems. The Government has determined that these systems are commercial items. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. The contractor shall provide all labor, transportation (including travel and per diem), equipment, materials and services to install components as part of this design/build. The work will be performed in Bldg. 20128 at Robins AFB, Georgia 31098. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. Instructions The document(s) below contain a description of the robotic paint systems requirements and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to Shane Groves, shane.groves@us.af.mil CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: •· Company/Institute Name: •· Address: •· Point of Contact: •· CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to North American Industry Classification System (NAICS) Code: 811219 Based on the above NAICS Code, state whether your company is: •· Small Business (Yes / No) •· Woman Owned Small Business (Yes / No) •· Small Disadvantaged Business (Yes / No) •· 8(a) Certified (Yes / No) •· HUBZone Certified (Yes / No) •· Veteran Owned Small Business (Yes / No) •· Service Disabled Veteran Small Business (Yes / No) •· Central Contractor Registration (CCR). (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). EMAIL must be received no later than close of business on ???????????. To POC: Shane Groves, shane.groves@us.af.mil Lead Equipment Engineer Questions relative to this market research should be addressed to the POC. Part II. Capability Survey Questions •A. General Capability Questions: •1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. •2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). •3. Describe your company's capabilities and experience in generating schematics (electrical and mechanical) and manuals (operator, maintenance, and training). Identify what software programs are utilized to generate this data and what formats are available for delivered items. •4. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). •a. Provide a detailed quality plan implementing AS9100 (or equivalent). •B. Specific Capability Questions: •1. Describe your company's experience in designing/installing multiple systems under the same project. •2. Describe your company's experience with installing robotic systems in explosive environments. •3. Describe your company's experience in designing and building robotic systems. •4. Describe your company's experience in installing robotic systems in the depot environment. •5. Describe your company's experience developing robotic operator interfaces. •6. Describe your company's experience with robotic, de-paint (blasting) operations. •7. Describe your company's experience with in-process data collection, for part quality and mishap tracking. •8. Describe your company's experience using the RoboGuide simulation software to determine robot reach and verify work cell layout. •9. Provide an example of operators/maintenance manual(s) used in the depot level projects for Government Engineer review. •10. Provide an example of one of your factory and site acceptance test plans used in the depot level projects for Government Engineer review. •11. Provide a screen shot of an operator screen for project similar to this effort. •12. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. •a. Provide an outline of the proposed process, including inspections. •C. Commerciality Questions: •1. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? •a. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. •2. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. •D. Engineering Services Questions •1. Describe your capabilities and experience in providing maintenance support robotic systems you have designed/installed. •2. Describe your capabilities and experience in providing production support for robotic systems you have designed/installed. •3. Describe your capabilities and experience in providing training for robotic systems you have designed/installed. •4. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Services Provided •E. Feasibility Questions •1. Do you feel the Period of Performance called out in the product description below is achievable given the requirements of this effort? •2. Do you feel the Bid Package Requirements called out in the product description below is sufficient to display a contractor's ability to successfully complete the project? •3. Do you have any comments about the purchase description? Is there anything missing? Is there anything that is unclear? See Product Description attached
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/L6WC01/listing.html)
 
Record
SN04000854-W 20160128/160126234104-c09c845292166106d9c8e9a2fc694f2b (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.