Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1999 PSA#2394

Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6862

45 -- BARE BASE COLD WEATHER PACKAGE SOL WMOK-99-013 POC Dennis Fields, Contract Specialist, Phone (850)882-4685 ext. 336, Fax (850)882-9381 ext. 374, Email fieldsd@eglin.af.mil -- Jeff Cox, Contracting Officer, Phone (850)882-4685 ext 316, Fax (850)882-9381/8852, Email coxjd@eglin.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=WMOK-99-013&L ocID=1182. E-MAIL: Dennis Fields, fieldsd@eglin.af.mil. 17. Market Survey/Sources Sought. The Air Armament Center's Air Base Systems Program Office at Eglin AFB FL seeks sources and information related to an effort to establish a cold weather package (+25_ F to -25_ F) to replace current Harvest Eagle/Harvest Falcon (HE/HF) bare base cold weather kits and to support Air Expeditionary Force (AEF) deployments. Components of the cold weather packages will consist of (1) External, fuel fired (JP-8), forced air, facility heaters for lightly insulated (R = 2 to 6) tents and tensioned fabric structures ranging in size from 650 square feet to 8,400 square feet, (facility supply and return ducts are 16 inches in diameter) (2) Water treatment and distribution system freeze protection for a water system consisting of water purification units, water storage bladders ranging in size from 3,000 to 20,000 gallon capacity, and above-ground pumps, hoses and pipes ranging in size from 2 inches to 6 inches in diameter and (3) waste water collection system freeze protection for above-ground components and pipes ranging in size from 2 inches to 6 inches in diameter. The waste water collection lines will be buried below the frost line, but there will be some above-ground components that will need protection. All components must be air transportable aboard USAF C-130 aircraft. Maximum desired component size and weight is 8.5 feet by 7.0 feet by 8.0 feet high and 10,000 pounds. Maximum allowable component size and weight is 20.0 feet by 8.0 feet by 8.0 feet high and 25,000 pounds. Questions concerning this market survey/sources sought should be directed to AAC/WMO, 314 W. Choctawhatchee Ave, Suite 104, Attn: Mr. Jeffrey D. Cox, Eglin AFB FL 32542-5717. This market survey/request for information is for planning purposes only, and shall not be construed as a Request For Proposal (RFP) or as an obligation on the part of the Government to acquire any follow-on acquisitions. Potential bidders are requested to provide background information their company, i.e., size, product lines, past experience in providing similar products and any specific catalog listings of appropriate commercial products which meet the stated requirements. The Government does not intend to award a contract on the basis of this market survey/request for information or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of responses to this market survey/request for information and the Government use of this information. The Government reserves the right to reject, in whole or in part any industry input as a result of this market survey/request for information. This market survey/request for information does not constitute the solicitation of any proposals and authority to enter into negotiations to award a contract has not been authorized. Information provided may be used by the United States Air Force in developing its acquisition approach and its Statement of Objectives (SOO). Technical documentation concerning this program will be posted on the Electronic Posting System (http://www.eps.gov) or provided upon special request. Information collected from this market survey/request for information may be released to industry as updates to program documentation during the RFP stage; therefore, it is required that the data received must be received with unlimited rights to the Government. Firms responding to this synopsis should state if they are a large, small, or small disadvantaged business. The appropriate SIC code is 3433 with a size standard of 500 employees. An ombudsman has been established for this acquisition. The only purpose of the ombudsman is to receive and communicate serious concerns from potential offerors, when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns, before resorting to the use of the Ombudsman. Potential offerors are invited to contact AAC's Ombudsman (Col. Christopher Caravello, 850-882-0662, e-mail: caravell@eglin.af.mil). For routine communications concerning this acquisition, potential offerors are invited to contact Mr. Jeffrey D. Cox (850) 882-4685, ext 316 for contractual information or Mr. Byron J. "Chip" Wolfe (850) 882-4684, ext 318 for programmatic information. Collect calls will not be accepted. Posted 07/21/99 (D-SN357234). (0202)

Loren Data Corp. http://www.ld.com (SYN# 0308 19990723\45-0001.SOL)


45 - Plumbing, Heating and Sanitation Equipment Index Page