Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOURCES SOUGHT

99 -- Material Handling Systems

Notice Date
6/23/2005
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, DC, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
Reference-Number-2005-S-072
 
Response Due
7/7/2005
 
Archive Date
7/8/2005
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY TO PRE-QUALIFY VENDORS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME AND THIS IS NOT A FORMAL REQUEST FOR PROPOSAL. The United States Senate Sergeant at Arms is United States Senate Office of the Sergeant at Arms (hereinafter referred to as the SAA) is developing and expanding a Material Handling System (MHS) at the United States Senate Maryland Distribution Center. The MHS in this Sources Sought Notification consists of single selective pallet rack, double deep pallet rack, and furniture style cantilever rack. The SAA invites all qualified sources to respond to this sources sought notice. In order to be considered for the pre-qualification process, all interested parties must submit information that addresses each item listed in the Requirements and Instructions sections of this document. Requirements: The vendor must provide turn key services for: (1) fabrication and manufacturing of the MHS as defined above; (2) installation of the MHS in both a general storage environment and in a clean room class 100000 environment; (3) commissioning and documentation of the MHS; and (4) warranty for a minimum five year on all MHS parts and workmanship; project management including a project manager who is principally responsible for the vendor?s effort on this program. The vendor shall provide a resume detailing the experience and certifications of the intended project manager. The Senate also requires the following vendor qualifications: (a) minimum of five (5) years experience in the turnkey fabrication, installation, commissioning, and warranty of MHS; experience should include clean room class 100000 installation (b) a proposed MHS that is made in the United States; and (c) three (3) past performance references within the last five years with relevant experience in the turnkey fabrication, installation and commissioning of MHS, along with complete and current contact information (customer name, project name/contract number, address, contact name, phone number and email) for each customers. The Senate will check references as necessary to evaluate past performance and experience on the basis of its breadth and depth, its similarity to the Senate project as well as the satisfaction of clients and overall quality of services represented by the reference projects. Instructions: Responses to this sources sought request are due to the POC no later than July 8, 2005 at 12:00 Noon EDT and shall be submitted electronically via email only to the attention of Kathleen M. Haddow at acquisitions@saa.senate.gov. No other method of transmittal will be accepted. The response shall not exceed fifteen (15) pages. Pages over the page limitation will be discarded. The subject line of the email message shall be 2005-S-072 ?Warehouse Material Handling Systems.? Senate access to information in any files attached to the response is the responsibility of the submitting party and neither the Senate nor the SAA is responsible for any failure to access vendor?s information. The information supplied in response to this sources sought notice will be used to pre-qualify firms that may be invited to submit proposals. Firms responding to this sources sought notice and deemed qualified by the SAA will be placed on a solicitation mailing list. Only pre-qualified firms will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation in July 2005. The Senate or the SAA will not be responsible for any costs for the preparation of responses to this announcement. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Senate. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT ANNOUNCEMENT AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR U.S. SENATE. TELEPHONE OR E-MAIL QUESTIONS OR REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Place of Performance
Address: Landover, MD
Zip Code: 20785
 
Record
SN00835660-W 20050625/050623221319 (fbodaily.com)
 
Source
FedBizOpps.gov 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.