SOURCES SOUGHT
39 -- Vertical Carousel storage/retrieval system
- Notice Date
- 7/5/2011
- Notice Type
- Sources Sought
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8224-11-R-Vertical
- Point of Contact
- Christian Barwick, Phone: 8017774237, Jamie C Needham, Phone: 801-777-6268
- E-Mail Address
-
christian.barwick@hill.af.mil, jamie.needham@hill.af.mil
(christian.barwick@hill.af.mil, jamie.needham@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 309th AMXG \ Vertical Carousel Storage Sources Sought Synopsis THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The Ogden Air Logistics Center Contracting Directorate is conducting market research to determine the existence of potential sources to provide Vertical Carousel storage/retrieval system. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business opportunities homepage at www.fbo.gov. The Government shall not reimburse the costs of preparing responses to this request for information. The Ogden Air Logistics Center Contracting Directorate (AFMC), Hill Air Force Base (AFB), Utah, intends to issue a formal Request for Purchase (RFP) in fiscal year 2012 for the acquisition of Vertical Carousel Storage/Retrieval System. The required Vertical Carousel Storage/Retrieval System consists of 6 units to be installed building 225 with the following specifications as determined by SCPD Systems Engineering/Program Management. Technical Specifications of Supplies Quantity / 2 / minimum/maximum • Single Access Window / minimum/maximum • Machine height / 402 inches / minimum • Footprint / 180 inches wide x 105 inches deep / maximum • Capacity / 35,000 lb / minimum • Speed / 30 ft/minute / minimum • Pans / 16 / minimum • Pan clear height / 36 inches / minimum • Pan depth / 36 inches / minimum • Pan Width / 144 inches / minimum • Tray Capacity / 1000 lb / minimum • Pan Coating / Polyarmor protective coating on pans & intermediate shelves / minimum • Intermediate Shelves / 14 / zero deflection @ 400 lbs / no support clear span / minimum • Power requirements / 460 volts, 3 phase, 60 hertz, 40 Amps / minimum/maximum • Horse power 7.5 minimum • 120 Volt Outlet / minimum • Load Imbalance / 8000 lbs / minimum • Trunnion & Scissor Pan Carry Mechanism / minimum-maximum • Controls / Standard Key Pad with Host Interface / minimum • Dust Cover / minimum • Lockable door / minimum • Full width fluorescent light over door / minimum-maximum • Seismic 4 rating / minimum • RS232 Port / The controller shall be a command driven interface with asynchronous responses communicating through an ASCII RS232C 9 pin connection. Pan positioning shall be directed from Air Force automation control host system MPS/D230 using ASCII commands. The controller shall respond when commands are completed and not require continuous polling to determine completion status / minimum-maximum • No Counter / minimum-maximum • Fire Protection / 2 Head internal Sprinkling / Top Mounted / minimum-maximum • Window Opening / 40 inches from floor / minimum-maximum Quantity / 4 / minimum/maximum • Dual Access Window / minimum/maximum • Machine height / 272 inches / minimum • Footprint / 180 inches wide x 105 inches deep / maximum • Capacity / 34,000 lbs / minimum • Speed / 30 ft/minute / minimum • Pans / 10 / minimum • Pan clear height / 36 inches / minimum • Pan depth / 36 inches / minimum • Pan Width / 144 inches / minimum • Tray Capacity / 1000 lb / minimum • Pan Coating / Polyarmor protective coating on pans & intermediate shelves / minimum • Intermediate Shelves / 14 / zero deflection @ 400 lbs / no support clear span / minimum • Power requirements / 460 volts, 3 phase, 60 hertz, 40 Amps / minimum/maximum • Horse power 7.5 minimum • 120 Volt Outlet / minimum • Load Imbalance / 6000 lbs / minimum • Trunnion & Scissor Pan Carry Mechanism / minimum-maximum • Controls / Standard Key Pad with Host Interface / minimum • Dust Cover / minimum • Lockable door / minimum • Full width fluorescent light over door / minimum-maximum • Seismic 4 rating / minimum • RS232 Port / The controller shall be a command driven interface with asynchronous responses communicating through an ASCII RS232C 9 pin connection. Pan positioning shall be directed from Air Force automation control host system MPS/D230 using ASCII commands. The controller shall respond when commands are completed and not require continuous polling to determine completion status / minimum-maximum • No Counter / minimum-maximum • Fire Protection / 2 Head internal Sprinkling / Top Mounted / minimum-maximum • Window Openings / 40 inches & 147 inches from floor / minimum-maximum The Government requests interested parties to submit a brief statement of current capability to provide Vertical Carousel Storage/Retrieval System. Interested and qualified sources should provide the following information: 1. What is your company name and CAGE code? 2. Who is your point of contact and what is their email address and telephone number? 3. What NAICS code do you suggest for this acquisition? 4. Is your company a small business for this NAICS Code? If your company is a small business, is it also a women owned business, small disadvantaged business, 8a business, HUB Zone business, service disabled veteran owned business, etc. 5. If a small business, would your company provide products of its own manufacture or would it provided products manufactured by another small business. Same question for subcategories of small businesses e.g. 8a. 6. Describe financing methods customarily provided by buyers in this industry (industry defined by the NAICS code or by providing this type of requirement). Note: the Air Force (AF) is not authorized to make advance payments (payments before costs are incurred or work is done). 7. Describe need or importance of receiving buyer financing vs. seller financing. 8. Describe security seller could provide buyer in return for buyer financing. 9. Do you consider the requirements to be commercial (see FAR 2 definitions)? 10. Describe your provision of same or similar requirements. Include quantities, customer, and date of delivery and period of performance. 11. Is your interest in this as a prime contractor or as a subcontractor? 12. Discusses any concerns you may have with our requirement or specification. Please limit your submissions to responses to these questions only. Send responses to Christian Barwick by e-mail at christian.barwick@hill.af.mil. Responses may also be submitted to Ogden Air Logistics Center Contracting Directorate (OO-ALC/PKEAC), 6038 Aspen Ave / Bldg 1289 Upstairs, Hill AFB, UT, 84056-5805 ATTN Christian Barwick. Please offer a reply by close of business Wednesday, 20 July 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-11-R-Vertical/listing.html)
- Place of Performance
- Address: HAFB, HAFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN02489340-W 20110707/110705234153-b6232e03d01805f62444ae3095622f19 (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 |