Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2009 FBO #2685
SOURCES SOUGHT

39 -- Upgrade of Explosive Bunkers

Notice Date
4/1/2009
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-09-R-7924
 
Archive Date
10/1/2009
 
Point of Contact
Deloris Cotton-Smith,, Phone: 937-656-7487
 
E-Mail Address
deloris.cotton-smith@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought Synopsis is to determine if there are any businesses available who are capable of performing the effort described herein. The Aeronautical Systems Center (ASC) at Wright Patterson Air Force Base is seeking sources to provide the following: Remove existing transfer vehicles, conveyors, and multi-pallet lift and replace in kind, two transfer vehicles, two right-angle transfer conveyors, 40 storage conveyors, six lanes of 463L powered roller conveyors, one multi-pallet lift along with associated controls located at Travis Air Force Base, CA. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This is in support of market research being conducted by ASC to identify capable potential sources. Contractors responding to this shall submit the following information to: Deloris Cotton-Smith, email: Deloris.cotton-smith@wpafb.af.mil and to Donna Hartman, email: donna.hartman@wpafb.af.mil. Response Date: April 14, 2009. 1:30 EST either by e-mail (above) or postal to: Deloris Cotton-Smith, ASC/PKESM, Bldg 16, Rm 128, 2275 D Street, Wright-Patterson AFB, OH 45433-7228 and to Donna Hartman, 403 SCMS/GUEC, 5215 Thurlow Street, Suite 5, Wright-Patterson AFB, OH 45433-5547. Required Submittal: Contractors must submit, by the due date listed above, the following: 1. A brief introduction into the company, including CAGE Code, business size and a description of relevant contract experience with Government or commercial customers. 2. A description of relevant contract experience, include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and company's web page, if applicable). Submitted information shall be UNCLASSIFIED. 3. Evidence that items provided will be commercial, non-developmental in accordance with FAR Part 12. 4. Any other information you think we need to evaluate your capabilities. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposal nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Experience Documentation: The offeror shall provide a summary of experience in providing Transfer Vehicles, 463L pallet conveyor systems and a multi-pallet lift. An offeror who cannot demonstrate such experience, verifiable through contracting and or visiting the offeror's past customers to determine the success of these systems shall be deemed technically unacceptable. As a minimum, the summary shall include the following information for the projects proposed as relevant experience: Customer Company Name Installation Location Date of Customer Acceptance Is the system still in use? Company responsible for transfer vehicles (TVs), 463L, pallet conveyor systems and multi pallet lift. Equipment furnished with the system Include all major components Specify capacity and speed for TVs Specify capacity for the conveyors and lifts Name of Customer Contact Telephone and Fax Number of Customer Contact E-mail of Customer Contact The Government reserves the right to contact additional customers to obtain information that will be used to evaluate the offeror's experience. Contract Details: This acquisition will be open to all type businesses, meeting the Contractor Experience criteria, using commercial buying procedures. Commercial item and non-developmental items are procured under FAR Part 12 procedures. A firm-fixed price type pricing arrangement will be utilized. NAICS Code is 333999. Size standard is 500 employees. A standard warranty, FAR 52.246-17, Warranty of Supplies of a Non-Complex Nature will be included (45 day notice, 365 day warranty). CCR Registration: http://www.ccr.gov/Start.aspx If you are a business interested in doing business with the U.S. Federal Government, you must be registered in CCR. It is advisable to begin registration now.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4307a2ecf0e243ba0d18569617dcc7ab&tab=core&_cview=1)
 
Place of Performance
Address: 60 APS, 90 Ragsdale St, Bldg 977, Travis Air Force Base, CA, Fairfield, California, 94535-2941, United States
Zip Code: 94535-2941
 
Record
SN01783373-W 20090403/090401221233-4307a2ecf0e243ba0d18569617dcc7ab (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.