Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2006 FBO #1612
SOURCES SOUGHT

99 -- Forklifts/Mobile Light Towers/Man Lifts/Mobile Office for Flight Test Support

Notice Date
4/24/2006
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-412SEARCH-FOR-KTR-BT
 
Response Due
5/9/2006
 
Archive Date
12/30/2006
 
Description
Sources Sought Notice: The Air Force Flight Test Center (AFFTC), Edwards Air Force Base, CA is seeking potential sources capable of providing the equipment described below. C-17 Follow-On Flight Test Program In Support of Semi-Prepared Runway Operations (SPRO) Fall, Calendar Year 2006, 1.0 Background Information: Edwards, AFB will conduct Semi-Prepared Runway Operations (SPRO) testing in support of the C17 Flight test program at Fort Hunter Ligget, Monterey County, CA in the Fall of 2006 for a period of 30-45 days. 2.0 Requirements: 2.1 The government is seeking information on a company(s) that can provide, supply & support all the equipment identified within this document. They will be responsible for all transportation costs to and from the site, be responsible for all equipment maintenance, daily operations (government will provide fuels for powered equipment) and replacements as needed while at the site, comply with applicable DoD and CAL Bioenvironmental standards. 2.2 We need a turn key operation, i.e., the contractor would arrive before we do with all equipment, set up according to our site plan, have a person either on site as our go to person if we have problems or some one close enough to the area to provide uninterrupted service to our test days. We would need that person available from sun up to sunset on test days, if at any time we have a break in test events say a day or so, we will notify the contractor and he can work what schedule he prefers as not to impact the next scheduled test day. 2.3 At completion of testing, the contractor will clean up and remove all equipment, hazmat and other materials he may have brought in to support our site...the site must be left in a condition as if we were not there, meaning all oil and fuel spills or drops etc must be cleaned up completely IAW current EPA guidelines/Laws. 3.0 Contractor furnished Equipment: 3.1 Listing: a. 16-20K Forklift (1 each) all Terrain Type b. Diesel powered Mobile Light Towers (3 each), with 4ea 1000 watt metal halide lamps (per tower), Diesel engine that provides ?flicker free? operation, and has 2-4 outlets for standard 110-115V, 60 cycle power. c. Man Lift (2 each), 30?-40? ft working height, All terrain, four wheel drive, Diesel powered, Two man basket/standard size platform up to six feet wide, Boom lift, Platform work light d. Commercial type Mobile Office (1 each), 32? length x 10?wide x 8? ceiling, Finished interior, all open floor plan, no offices/walls needed, non-carpeted floors, Florescent ceiling lights, Thermostatically controlled central HVAC unit (self contained), internal rest rooms not required, one side of unit will require 2-3 large clear vision windows, the other side will have 1-2 standard single personnel entry doors. NOTE: Contractor, there is no local power to connect this trailer/office to at the site; therefore, will require a separate source of electrical clean power. External power source can not be in a location as to interfere with normal voice communications inside the office unit. e. Furniture for interior of mobile office, 2? x 8? Folding Tables (5 each) Folding chair, metal/padded (20 each) f. Out door Canopy (1 each), Gable type 20? x 20? maximum, Flame retardant treated, Polyester 500 denier. This item is to be located next to and or attached to the mobile office trailer. g. Exterior Storage Container, Ground Level (1 each), 10? x 10? x 8? height, opening double doors, Steel locking bars, Water free/dry environment. a. Chemical Latrines, Chemical latrine (4 each) standard, Chemical latrine (1 each) handicap b. Wash Unit, Hand washing unit (2 each), NOTE: The contractor shall service items h & i above, twice a week, Monday AM and Thursday AM 4.0 Maintenance and Support: a. The contractor shall keep all motorized equipment maintained and fueled. b. In the event any equipment becomes non-operational before 12:00 noon the contractor shall fix or replace the equipment prior to, but no later then 18:00 the same day, if equipment becomes non-operational after 12:00 it is to be fixed or replaced no later then 12:00 noon the next day. 5.0 General comments: Request all potential offerers that respond to this request for information, identify the type of equipment they would use to support the requirements set forth in this document. Along with the response, please provide an estimate to support this effort. Firms responding to this synopsis must identify their company?s capabilities to perform the requirements described herein, reference the synopsis number and indicate whether or not that they are a small or small disadvantaged business concern as defined in FAR 52.219-1. The NAICS code is 238910. The Small Business size standard is $13,000,000. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Firm Fixed Price contract will be awarded in Sep of 2006. All responses may be sent via e-mail to Philip.cheng@edwards.af.mil or mailed to 412 TW/PKDB, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Philip W. Cheng. Fax Number: 661-275-7827. Responses to this sources sought synopsis are due in the office by Close of Business (COB), 9 May 2006.
 
Place of Performance
Address: 5 S. Wolfe Ave., Edwards AFB, CA
Zip Code: 93524
Country: USA
 
Record
SN01033870-W 20060426/060424220617 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.