Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
SOURCES SOUGHT

Z -- FTQW 17-1011 Replace Coal Feeders, Boiler #6

Notice Date
6/12/2017
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-17-Q-C002
 
Point of Contact
Joshua Tyler Lambert, Phone: 9073777061, Rachel Oldfield, Phone: 9073773506
 
E-Mail Address
joshua.lambert.5@us.af.mil, rachel.oldfield@us.af.mil
(joshua.lambert.5@us.af.mil, rachel.oldfield@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR A COAL FEEDER REPLACEMENT PROJECT AT EIELSON AFB, AK. The U.S.A.F. is seeking to identify potential contractors qualified to replace the four Indeck Keystone Energy coal feeders and inlet hoppers on Boiler #6 at Eielson AFB's Central Heat and Power Plant (CH&PP) with four Government furnished Detroit Stoker Ultrafeed feeders and inlet hoppers. Work includes replacement of feeder mounting plates; replacement of front wall refractory removed as part of the mounting plate replacement; connecting feeders to existing electrical power, coal chutes, cooling water and overfire air; adjusting feeders and existing controls to ensure proper automatic operation at all steam loads; installation of new shaft speed pick-ups; and connecting the speed pick outputs to the plant Digital Control System. Specifically, the Government is attempting to determine if a Woman Owned Small business Set-Aside is viable based on available vendors. The Government is contemplating a Firm Fixed Price (FFP) contract for Lightning and Surge Protection project. The estimated magnitude is between $100,000 and $250,000 IAW FAR 36.204(c). This posting is a sources sought for interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Quotes(RFQ), Invitation for Bids(IFB), or a Request for Proposals(RFP). Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding to this notice will be solely at the interested party's expense. Not responding to this posting does not preclude participation in any future RFQ, RFP or IFB, if one is issued. If a solicitation is released, it will be synopsized on the FedBizOps website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The U.S.A.F. is requesting the following information from interested vendors: - Company name and contact information to include phone number and email. - Positive statement of your interest in this procurement as a prime contractor. - DUNS number and CAGE code. - Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 238290, size standard of $15.0M. Interested parties should send above information via email to joshua.lambert.5@us.af.mil or rachel.oldfield@us.af.mil. Phone calls are not encouraged in response to this Sources Sought. Responses are preferred by 2 p.m. Alaska Standard Time on 16 June 2017. Interested parties are also encouraged to register with this sources sought. An actual solicitation is expected to be issued sometime in the summer of 2017. The closing date and time for submission of offers will be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the specifications and/or drawings, will be made available only on the Federal Business Opportunities Web Site at https://www.fbo.gov/. Interested Parties are solely responsible for monitoring the aforementioned site for the release of the solicitation package and/or any updates and/or amendments to any and all subject documents. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the System for Award Management database or their bid/proposal will not be considered. Contractors can obtain further information on the System for Award Management at Web Site https://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-17-Q-C002/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04541244-W 20170614/170612234922-1e01556c2ffc54d39fbd122ed0ce2aa9 (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.