Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2009 FBO #2951
SOURCES SOUGHT

49 -- Metal Working and Machining Shop Set, Type I and Type II Configurations

Notice Date
12/21/2009
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-10-R-0142
 
Response Due
1/12/2010
 
Archive Date
3/13/2010
 
Point of Contact
Judy Pagliaro, 309-782-5086
 
E-Mail Address
TACOM Contracting Center (TACOM-CC)
(judy.r.pagliaro@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice to conduct market research for vendors interested in furnishing a Metal Working and Machining Shop Set. This request for information is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, or as an obligation on the part of the Government to acquire any products or services, nor does the Government intend to pay for any information submitted as a result of this notice. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. No funds have been authorized, appropriated, or received for this effort. Any responses received will not be used as a proposal. Your response will be treated as information only. TACOM market research is conducted under Federal Acquisition Regulation Part 10 and is intended to identify sources that can provide the following equipment: The Metal Working and Machining Shop Set, (MWMSS) is a shelter-mounted shop set designed to modernize the Armys machining and welding systems. The shelter requirement is for an 8 X 8 X 20, one side expandable, high-payload, ISO container that is CSC certified, complete with tool load and in two configurations having specific venting, lighting, and electrical features. One configuration, (Type I) contains major components consisting of a CNC Lathe with cooling provisions and integrated electronics, Multi-Process Welder, Plasma Cutter, O-F Torch, Exothermic Torch, Air Compressor, Air Receiver, Drill Press, and an assortment of industrial quality hand, power, measuring, machine, mechanic, pneumatic tools and sets, Welding Personal Protection Equipment, and expendables. The second configuration, (Type II), contains major components of a CNC Vertical Mill with electronic controls, Plasma Table, Band Saw, and assorted industrial quality and hand, power, machine, windshield tools and sets. Both configurations, Type I and Type II, will have a Government furnished Environmental Control Unit. Type I will also have a Government furnished 30 KW Generator and a Laptop Computer. Requirements in addition to the Type I and Type II hardware configurations include a Training Course, Training Video, Vendor Technical Data,(with Government rights), for the shelter, Commercial Manuals for tool load items, a Military Format Manual, and Digital Images. A more detailed description of the hardware and scopes of work for the additional deliverable requirements are posted as DRAFT attachments to this synopsis. The North American Industry Classification System (NAICS) code 332311, applies to this equipment with a small business size standard of 500 employees. Under Federal Acquisition Regulation (FAR) guidelines as defined in the Limitations on Subcontract clause (FAR 52.219-14), a small business concern must perform at least 50% of the total requirement, excluding the cost of materials, with its own employees. Companies are encouraged to respond if they have the capability to provide the identified equipment. Contractors must indicate CAGE code, business size, a contact name, mailing address, phone number, email address, and reference W56HZV-10-R-0142. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Interested Contractors must furnish the following information: All descriptive material necessary for the government to determine whether the commercial product capability exists for the requirement including pertinent information for: technical specifications, descriptive material, literature, brochures and other information corresponding to each item or depicting the contractors supplies. Include your firms capacity, capability, and performance on similar commercial or Government shelter mounted shop set requirements. DO NOT SEND SAMPLES OR DEMONSTRATION PRODUCTS. Both e-mail and hard copy mail submittals will be accepted. E-mail responses are preferred. Mailed responses should be sent to the following address: TACOM-RI, 1 Rock Island Arsenal, Rock Island, IL 61299-7630, ATTN: CCTA-ART-A, Ms. Judy Pagliaro, FAX: (309) 782-8619, Email judy.r.pagliaro@us.army.mil. Response is due on or before 12 Jan 2010 at 1:00 pm CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1c87411313b25981007e80fab6e20762)
 
Place of Performance
Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02028831-W 20091223/091221234708-1c87411313b25981007e80fab6e20762 (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.