SOURCES SOUGHT
C -- Rubber Removal Design - Attachments
- Notice Date
- 3/28/2013
- Notice Type
- Sources Sought
- NAICS
- 541340
— Drafting Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
- ZIP Code
- 32403
- Solicitation Number
- 772ESSPKHPAB
- Archive Date
- 5/4/2013
- Point of Contact
- Patrick A. Backus, Phone: 8502836710, Joseph R. Willard,
- E-Mail Address
-
patrick.backus@tyndall.af.mil, joseph.willard.1@tyndall.af.mil
(patrick.backus@tyndall.af.mil, joseph.willard.1@tyndall.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 - Photos Attachment 1 - Bill of Materials SOURCES SOUGHT NOTICE 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The Air Force Civil Engineering Center (AFCEC) has a requirement for a complete set of fabrication drawings required for a skid mounted spray system that is designed for a Bobcat Toolcat 5600. The Government is performing market research primarily in order to determine if there are firms that possess the capability to execute the requirements of this anticipated request for information (RFI). Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of a contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 3. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. It is anticipated that the performance period will be 120 days. If the government proceeds with an acquisition for services the type of vehicle to be utilized to execute this requirement has not yet been finalized. 4. OBJECTIVE AFCEC specifies the requirements for a complete set of fabrication drawings required for a skid mounted spray system that is designed for a Bobcat Toolcat 5600. There are no engineering requirements associated with the production of the fabrication drawings. The drawing will need to be produced from individual parts specifications acquired from the parts manufacturers in conjunction with reference photos and additional guidance from the government as needed by the contractor. There is not a spray system available for measurement. All systems details will be provided by the government. North American Industry Classification System (NAICS) Code 541340 is anticipated to be applicable to this acquisition. The small business size standard for this NAICS is $7,000,000. 5. TECHNICAL REQUIREMENTS The contractor shall have the proven ability to produce fabrication quality drawings compliant with the Architectural Engineering Construction (AEC) standards. The contractor shall not utilize referenced drawings. All drawings shall be accomplished in a two-dimensional requirement. All drawings shall be created in a native AutoCAD 2012 environment or higher. The contractor shall draw at full scale in model space, all dimensions and annotations shall be drawn in model space. The contractor will only utilize paper space for drawing sheet representation and plotting. The contractor shall provide all specialized text, dimensions styles, line types, hatch patterns, and/or blocks utilized in the drawings. All drawings shall be dimensioned in accordance with American National Standards Institute (ANSI) standards and the American Society of Mechanical Engineers (ASME) Y14.5 standard. The Contractor shall perform sufficient quality control / quality assurance (QA/QC) to ensure all overshoot, undershoots, duplications, and slivers are eliminated. 6. DELIVERABLES The contractor shall provide 2 copies of all draft submissions via electronic media (CD or DVD). The contractor shall provide one D size hard copy and one digital copy of the final drawing set. The total Period of Performance shall be one hundred twenty (120) days. The Government will have seven (14) days to review all submitted materials. The first on site meeting shall take place within (10) days after contract award. The contractor shall submit a schedule for the submittal of each set of drawings within 5 days of the award of the contract. 7. Contractors who can provide the services should submit in writing an affirmative response which includes as a minimum the following information: a. What is the name of your business? b. What is your business address? c. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business, Alaskan Native, Native American, Tribal, Service Disabled Veteran-Owned concern, or other socioeconomic status according to NAICS code 541340? (Specify all that apply.) d. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? (If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 e. Describe your experience in the following areas: (1) List previous contracts with like requirements of relevant scope and past performance that your company has been awarded in the last 3 years. f. List a point of contact name, e-mail address, and telephone number. 8. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: patrick.backus@tyndall.af.mil and joseph.willard.1@tyndall.af.mil. 9. Responses shall be no more than 10 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 10 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to both Contract Specialist (patrick.backus@tyndall.af.mil) and Contracting Officer (joseph.willard.1@tyndall.af.mil). The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement. Attachment 1: Bill of Materials Attachment 2: Photos
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c7df93efcaa2f57bba935c8f2fb5e5c0)
- Place of Performance
- Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN03022963-W 20130330/130328234736-c7df93efcaa2f57bba935c8f2fb5e5c0 (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 |