Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOURCES SOUGHT

54 -- Training Breaching Doors

Notice Date
3/7/2018
 
Notice Type
Sources Sought
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Leonard Wood, 8112 Nebraska Avenue, Fort Leonard Wood, Missouri, 65473, United States
 
ZIP Code
65473
 
Solicitation Number
W911S7-18-Q-0020
 
Archive Date
3/31/2018
 
Point of Contact
Karl V. Burkhamer, Phone: 5735963216
 
E-Mail Address
karl.v.burkhamer.civ@mail.mil
(karl.v.burkhamer.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY! Please DO NOT respond with quotes. The U.S. Government desires to procure, on a small business set-aside basis, Training Breaching Doors, Quantity Forty (40), specifications delineated below. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. The U.S. Government also desires to determine if any interested business is the actual manufacturer of the sought after items or is an authorized distributor/re-seller of the required product. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price i.e., information which may help support a set-aside. Breaching Doors W/ Base • Thick powder coated structural steel. • Upper and Lower 6" x 6" AR Plate • Removable Sliding middle section - made of AR 500 grade steel, 2 x 8 Wood • Removable Jail Cell Bar Facade: Glass Channel for Rake and Brake • Replaceable AR 500 grade steel Panel. • 4 hole points to put 3/4 rebar • One Main Internal Hinge allows the door to swing both in and out. • Removable stop that can be mounted on either side for inward or outward swing. • Facade Quick Assembly Dummy hinges can be mounted on door for Front or Rear • Door Stand bracing angled. • Door Stand bracing can be removed from stand • Transportable, using a wheel kit and its own pulling system. • Door Frame: 83 ½" x 43" total including Top Door Hinge. • Standard Door: 78" x 34 ½" • Base Overall: 47" x 71" • Inserts consists 4 different levels of Spring Suspension • 2 x 8 replaceable wooden insert w/standard doorknob openings • 1 x 3 replaceable wooden insert This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 332321, Metal Window and Door Manufacturing. 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Please include my email as a cc addressee if you have any such concerns, karl.v.burkhamer.civ@mail.mil. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1) Is your business a small business under NAICS code 332321? 2) Does your firm qualify as a small disadvantaged business? 3) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act? 4) Are you a certified HUBZone firm? 5) Are you a woman‐owned or operated business? 6) Are you a certified Service‐Disabled Veteran Owned or Veteran Owned business? 7) Is your business a large business? 8) Is your business registered in SAM.gov? 9) Is there another NAICS code that is better suited for this requirement? 10) Is your business the manufacturer of this product or an authorized distributor/re-seller of this product? Please respond on 16 March 2018 by 5:00 PM, Central Standard Time. Please respond via email to: karl.v.burkhamer.civ@mail.mil. Fort Leonard Wood, MO. MICC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d4f99990b80672d9318154901aaa2dc)
 
Place of Performance
Address: Fort Leonard Wood, MO 65473, Fort Leonard Wood, Missouri, 65473, United States
Zip Code: 65473
 
Record
SN04846125-W 20180309/180307231618-8d4f99990b80672d9318154901aaa2dc (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.