Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2011 FBO #3508
SOURCES SOUGHT

J -- Material Handling Equipment (MHE) and Non-Tactical Vehicles to support the Kuwait Air Force (KAF)

Notice Date
7/1/2011
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-11-R-0090
 
Point of Contact
Lindsey M Metcalf, Phone: 240-725-7511, Maxine M Birst, Phone: 240-725-7526
 
E-Mail Address
lindsey.metcalf@navy.mil, maxine.birst@navy.mil
(lindsey.metcalf@navy.mil, maxine.birst@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems (NAVAIR), Patuxent River, MD issuing this Request for Information (RFI) to gather cost and availability feedback for Material Handling Equipment (MHE) and non-tactical vehicles for the country of Kuwait to support the Kuwait Air Force (KAF). NAVAIR is conducting this market survey to identify potential business entities that have the resources, capabilities, and experience to successfully procure and deliver the specified equipment to the KAF no later than 30 September 2013, at a Kuwait location to be determined later. All items shall be procured locally in Kuwait, when possible, with title and warranty transferred to Kuwait Ministry of Defence as sole owners. NAVAIR intends to use the information provided in response to this RFI to aid in refining its acquisition strategy, budget assumptions, statement of work, and delivery schedule for this effort. Therefore these requirements are tentative in nature and the responses received will be used for planning purposes only. Respondents should submit Rough Order of Magnitude (ROM) pricing and availability for the key performance parameters/minimum capabilities for the procurement and delivery of listed items below: I. Two (2) small portable ground power units, the desired units will have the following specifications: • Solid state 28.5 volts DC service units • 600 amps continuous to 2000 amps peak power • Adjustable output current limit settings • T-handle 3-wheel mounted unit with parking brake • Applicable technical publications (Operational, Maintenance, Illustrated Parts Breakdown) • Hobart Model - GPU-600 II. Four (4) standard forklifts for cargo handling and loading, the desired units will have the following specifications: • Rated load capacity of 12,000 pounds • Standard mast height at lowered position of 88 inches • 4.3 liter V-6 emissions compliant engine • Initial 3 year repair and maintenance spares package • Setup and training in Kuwait • Applicable technical publications (Operational, Maintenance, Illustrated Parts Breakdown) • Hyster Model - H120FT III. Four (4) one ton crew cab pick-up trucks, the desired units will have the following specifications: • Single rear axle (Non-Dually) • Gulf Specifications • Tan, Brown or Khaki in color • Vortec 6.0 Liter V-8 engine • Chevrolet Model - 3500 IV. Two (2) crew transport vehicles, the desired units will have the following specifications: • Gulf Specifications • Seating capacity of 7 • Vortec 6.0 Liter V-8 engine • Tan, Brown or Khaki in color • Chevrolet Model - 2500 V. Two (2) crew transport vehicles, the desired units will have the following specifications: • Gulf Specifications • Seating capacity of 26 or 30 • 6-cylinder in-line OHC 4164 cc engine • Tan, Brown or Khaki in color • Toyota Model - Coaster VI. Two (2) mid-size panel work vehicles, the desired units will have the following specifications: • Gulf Specifications • Vortec 6.0 Liter V-8 engine • Utility truck body design with crew cab • Single rear axle (Non-Dually) • Tan, Brown or Khaki in color • Chevrolet Model - 3500 VII. Two (2) mid-size panel work vehicles, the desired units will have the following specifications: • Gulf Specifications • Vortec 6.0 Liter V-8 engine • Tan, Brown or Khaki in color • Cargo van design with shelving • Chevrolet Model - Express 3500 VIII. Three (3) aviation refueling/defueling vehicles, the desired units will have the following specifications: • Gulf Specifications • 60,000 liter fuel capacity or larger • Designed to carry JP8 aviation fuel only • Initial 3 year repair and maintenance spares package • Setup and training in Kuwait • Applicable technical publications (Operational, Maintenance, Illustrated Parts Breakdown) • Tan, Brown or Khaki in color • Esterer Fuel Trucks Model - FTS 62.600 or FTS 80.800 IX. Two (2) aviation refueling/defueling vehicles, the desired units will have the following specifications: • Gulf Specifications • 60,000 liter fuel capacity or larger • Designed to carry diesel fuel only • Initial 3 year repair and maintenance spares package • Setup and training in Kuwait • Applicable technical publications (Operational, Maintenance, Illustrated Parts Breakdown) • Tan, Brown or Khaki in color • Esterer Fuel Trucks Model - FTS 62.600 or FTS 80.800 X. One (1) large flight line apron sweeper, the desired units will have the following specifications: • Gulf Specifications • Designed for High Speed Performance • Hopper capacity of over 7.3 cubic yards • 43 inch diameter gutter brooms • Initial 3 year repair and maintenance spares package • Setup and training in Kuwait • Applicable technical publications (Operational, Maintenance, Illustrated Parts Breakdown) • TYMCO Model - HSP 600 XI. Two (2) small flight line apron sweeper, the desired units will have the following specifications: • Gulf Specifications • Hopper capacity of 2.4 cubic yards • 32 inch diameter gutter brooms • Hopper capability to lift 60 inches for dumping into dumpster's • Initial 3 year repair and maintenance spares package • Setup and training in Kuwait • Applicable technical publications (Operational, Maintenance, Illustrated Parts Breakdown) • TYMCO Model - 210 Interested parties should provide complete service details, brochures, and any other technical information with regard to their particular company to include company name, address, point of contact, email address, phone number and fax number. Please also respond to the following questions: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Are your services listed on a GSA schedule? (8) Do you have other government agencies using similar services, and if so which agencies, POCs and contract numbers? (9) Is there any other corporate information that would be necessary to aid the Government in making an informed assessment? Interested Parties may submit responses either via email or hardcopy. Submission via email is preferred. For responses submitted via email, the email and any attachments MUST be less than 8 MB in size. If necessary, Interested Parties may submit its responses in multiple emails. Emailed responses shall be sent to lindsey.metcalf@navy.mil. Please submit responses no later than 2:00 p.m. (EST) on 30 September 2011. Interested Parties electing to mail or hand deliver responses shall contact Lindsey Metcalf, Contracting Officer for delivery address information. All packages shall reference the RFI number N00019-11-R-0090 and all enclosed documents on the mailing container. All submissions must be unclassified. Responses must be submitted in English and formatted using no less than a 12-point normal font (no reduction permitted), single-spaced with 1-inch margins all around. All electronically submitted materials shall be formatted for standard 8.5 x 11 inch paper. All pages shall be numbered sequentially with volume and page numbers. Responses submitted electronically must be fully compatible with Microsoft Office 2003 (MS Word or MS Excel) and the latest Adobe Acrobat Reader. Provide one hardcopy and one CD-ROM in Microsoft Office 2003 format, if mailed or hand delivered. If proprietary information is included in the response, please mark the proprietary information appropriately and provide disposition instructions. Any information that is not marked as proprietary will not be considered as proprietary and may be subject to disclosure to third parties. NAVAIR will not return submissions or hold industry debriefings. Foreign Participation: To participate, a foreign firm may be required to team with a U.S. firm that possesses a U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of the authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the contracting officer and foreign disclosure officer. The U.S. Government will provide foreign disclosure guidance to U.S. firms upon request. Responses to this RFI are NOT a request to be added to a prospective offeror's list or to receive a copy of the solicitation. Important Information: Unless otherwise stated herein, no additional written information is available and no formal RFPs or other solicitation regarding this announcement is currently available. Requests for these will be disregarded. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in Fed Biz Opps (http://www.fedbizopps.gov). It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Non-Disclosure Agreements: Provided below is a list of support contractors expected to have access to the data provided by the respondents to this RFI as part of the response review. These contractors already have Non-Disclosure Agreements (NDAs) in place with the Government as a requirement of their function in supporting Government projects. If desired, respondents can request NDAs with these contractors directly. If additional contractors are to be utilized during the review, respondents will be notified so that the necessary agreements can be obtained, if required. Any markings on data should reflect that the information is releasable to these contractors. Failure to release response information to listed Government support agents may prevent its review. It is anticipated that employees from General Dynamics Information Technology (GDIT), National Technologies Associates, Inc (NTA) and Sierra Management & Technologies, Inc will review the RFI responses. Contact information for these Companies is as follows: • General Dynamics Information Technology 44421 Airport Road California, MD 20619 Monica Lynn 240-725-7775 Monica.lynn@gdit.com • Sierra Management and Technologies, Inc. 44427 Airport Road, Suite 130 California, MD 20619 April Tarleton 301-737-3000 x100 tarletonam@sierramgt.com • National Technologies Associates, Inc 22738 Maple Road Lexington Park, MD 20653 Ken Graeser 301-863-6512 Kgraeser@ntalex.com
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-R-0090/listing.html)
 
Record
SN02488370-W 20110703/110701234628-a38ee885ec16ef0f06e4e245100ae934 (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.