SOURCES SOUGHT
J -- Corrosion Control Prevention and Repair for Aerospace Ground Equipment (AGE) and Munitions Trailers
- Notice Date
- 8/6/2020 4:45:25 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540-2937 USA
- ZIP Code
- 96540-2937
- Solicitation Number
- N4019220R7132
- Response Due
- 8/17/2020 10:00:00 PM
- Archive Date
- 08/18/2020
- Point of Contact
- AUBREEANA TAYLOR, Phone: 6713664257, Stephen M. Pastore, Phone: 6713662912
- E-Mail Address
-
aubreeana.taylor@us.af.mil, stephen.pastore@us.af.mil
(aubreeana.taylor@us.af.mil, stephen.pastore@us.af.mil)
- Description
- Title: Corrosion Control Prevention and Repair for Aerospace Ground Equipment (AGE) and Munitions Trailers. Description(s): Sources Sought N4019220R7132 Federal Contract Opportunity for Corrosion Control Prevention and Repair for Aerospace Ground Equipment (AGE) and Munitions Trailers. NAICS Category: 811310 � Commercial and Industrial Machinery and Equipment Repair and Maintenance Federal Service Code: J017 Maintenance, Repair, and Rebuilding of Equipment � Aircraft Launching, Landing, and Ground Handling Federal Category: 18.1: Equipment Related Services � Maintenance, Repair and Overhaul Posted: 07 AUG 2020 Due: 18 AUG 2020 (1500 ChST) Location: Andersen AFB, Guam, 96929 SOURCES SOUGHT FOR CORROSION CONTROL PREVENTION AND REPAIR FOR AEROSPACE GROUND EQUIPMENT (AGE) AND MUNTIONS TRAILERS. THIS IS A SOURCES SOUGHT ONLY. THIS IS NOT A SOLICITATION/REQUEST FOR PROPOSAL. THE GOVERNMENT IS NOT OBLIGATED TO PURCHASE ANY ITEMS RESULTING FROM THIS SOURCES SOUGHT AND THE VENDOR WILL NOT BE REIMBURSED FOR ANY EFFORT ASSOCIATED WITH THIS NOTICE. THIS IS SOLELY TO DETERMINE INTEREST FROM INDUSTRY. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. Naval Facilities Engineering Command Marianas has a requirement for Corrosion Control and Prevention and Repair for Aerospace Ground Equipment (AGE) and Munitions Trailers for the 36th Maintenance Group (36 MXG) at Andersen Air Force Base (AAFB) in Guam.� Duties are to include all labor, management, supervision, tools, material, equipment, facilities, transportation and incidental engineering and other items necessary to accomplish all work to perform corrosion control for AGE and munitions trailers in accordance with the Statement of Work.� The contractor shall employ a labor force, with the appropriate skills and/or certifications, to ensure quality refurbishment of support equipment for the 36th MXG operating under the 36th Wing. The contractor shall provide corrosion control treatment, prevention and repair maintenance to all support equipment according to the described work referenced further in this notice. The contractor shall refurbish no less than 150 AGE units and 24 Munitions Trailers yearly to eliminate, control, treat and prevent corrosion. The contractor will supply all required equipment to meet the needs of the potential contract. The contractor will provide all consumables, PPE, and hazardous material items outlined in technical data to accomplish work and appropriately dispose of generated hazardous waste. Work will be requested through technical orders or directives or upon request by the Contracting Officer Representative (COR). �The contractor shall perform the following in all areas where corrosion is detected: Disassembly of Support Equipment, excluding powertrain and electrical components, will be conducted to aid the corrosion removal/refurbishment process. Perform corrosion removal techniques as prescribed by applicable technical data. Sand or scuff SE only needing minor corrosion treatment. Media blasting will be utilized on all moderately to severely corroded SE as prescribed by applicable technical data. Perform COR approved structural repairs as prescribed by applicable technical data. Apply corrosion treatment(s) and prime all metal surfaces as prescribed by applicable technical data. Apply corrosion treatment and paint to all replacement components supplied by COR. Apply SE marking, stencils and decals as prescribed by applicable technical data and COR after refurbishment. Flaws in topcoat such as adhesion failure, runs, sags, debris and coating uniformity (coverage) will be corrected at the contractor�s cost. Corrosion removal will be conducted without hindering the structural integrity of the Support Equipment. All corrosion control prevention and repair is to take place at the Contractor�s facilities at an off-site location. The Contractor is responsible for all transportation between COR designated support equipment pickup/drop off ready lines and contractor facilities. This Sources Sought is issued solely for information and planning purposes only and is NOT a Request for Proposals or Quotes (RFP or RFQ) or an obligation on the part of the Government to acquire any services. Responses to this sources sought are not offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to determine how it should proceed as a result of this notice. Furthermore, those who respond to this sources sought should not anticipate feedback with regard to its submission. The Government will not pay any cost incurred in response to this sources sought. All costs associated with responding to this sources sought will be solely at the responding party's expense. The information provided in this sources sought is subject to change and is not binding on the Government. Please carefully review the Draft Statement of Work (SOW) and respond according to the directions stated below. Respond to the following: 1. Contact information: Name of company Business title Institution or organization affiliation Email address Phone number Company's business size and DUNS number Please identify if you are a small business concern and/or if you qualify for a specific status under FAR Part 19. 2. Please provide capabilities statement and line card which details your company's knowledge of Contractor Operated Civil Engineering Supply Store. 3. Specific Questions: Can your company meet all the requirements stated in the SOW? If not, what requirements cannot be met? What equipment functionality or specifications should be clarified? What options, functionality or specifications were not included but should be considered as additions? If a small business, can your company meet the requirements specified in FAR 52.219-14? 4. Please provide your past performance of logistics support services in the past 5 years. Please include the contract # or other identifying information. 5. If you can provide the requirement, do you need a transition period? If yes, how much? Do not include the following in the response: Do not submit formal proposals or offers; Do not submit requests to be considered for award or to be notified of a future solicitation; Do not submit requests to be added to a mailing or distribution list; Do not submit questions or comments not related to this sources sought; Do not respond via telephone. How to Submit Responses: Submit the required information in a word document to Aubreeana Taylor, Contract Specialist, at aubreeana.taylor@us.af.mil.� Please include ""NAVFAC Marianas Corrosion Control and Prevention for AGE Sources Sought"" in the e-mail subject line.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c6364f01652c4f58aa242d632a545ecb/view)
- Place of Performance
- Address: Yigo, GU 96930, USA
- Zip Code: 96930
- Country: USA
- Zip Code: 96930
- Record
- SN05748619-F 20200808/200806230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |