Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2013 FBO #4367
SOURCES SOUGHT

49 -- Upgrade building 220 (at Hill AFB Utah) for the F-16, F-35, A-10 Paint Booths (B-220) process and operation - Draft Purchase Specification

Notice Date
11/6/2013
 
Notice Type
Sources Sought
 
NAICS
325510 — Paint and Coating Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-14-R-BLDG220HILL
 
Archive Date
4/14/2014
 
Point of Contact
Marnie Whiteaker, Phone: 801-586-5546, Joseph Barthold, Phone: 801-586-7779
 
E-Mail Address
marnie.whiteaker@hill.af.mil, joseph.barthold@hill.af.mil
(marnie.whiteaker@hill.af.mil, joseph.barthold@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Purchase Specification SOURCES SOUGHT SYNOPSIS FOR: BUILDING 220 (Hill Air Force Base Utah) F-16, F-35, A-10 PAINT BOOTHS 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The Government will not pay for the information requested herein. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government review. 1.1 PURPOSE: This Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 325510 which has a corresponding Size standard of 500. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. PROGRAM DETAILS: Upgrade building 220 for the F-16, F-35, A-10 Paint Booths (B-220) process and operation. Government will provide a concept design package reducing six (6) original paint bays into five (5) paint booths for the contractor to incorporate their equipment design. The project shall use the designs and red line drawing to provide the government five (5) working paint booths. This contract is to purchase, manufacture, and install the five (5) paint booths and all of the associated equipment defined in the Purchase Specification (PS). This will include supplied air handles, exhaust fan system, all utilities, humidity equipment, steam and condensate for heating, with evaporation sections for cooling, fire protection and some humidity. Even though it is anticipated that a Draft design package will be added to this Sources Sought Synopsis at a later date, the Sources Sought Synopsis response date will remain the same. 3. INDUSTRY DAYS: Interested parties are invited to attend Industry Day on 3 December 2013 at 1:00 pm until 3:00 pm. To schedule attendance, contact Carol Hensley at phone number (801) 586-1015 or email carol.hensley@hill.af.mil no later than 26 Nov 2013, by 12:00 pm MST. Your company will not be allowed to exceed the two (2) individual representation limits. This may be the only opportunity to view the facilities and existing B-220. 4. GOVERNMENT REQUEST: Interested parties are requested to submit a letter of interest, brief statement of current capability and responses to the attached Capabilities Questionnaire. The Government will use this information to determine the best acquisition strategy for this procurement. Please limit your submissions to ten pages in PDF or Microsoft Word Format. In order to be considered in this Source Sought, please reply by 12:00 PM MST, 9 December, 2013.   CONTRACTOR CAPABILITY QUESTIONNAIRE BUILDING 220 F-16, F-35, A-10 PAINT BOOTHS Part I. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact a. Name b. Telephone # c. Email address 4. Physical Address: 5. Web Page URL: 6. Provide you company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, it a woman owned business, small disadvantaged business, 8(a) business, HUB Zone business, Serviced Disabled Veteran Owned Business, etc. Part II. Capability Survey Questions 1. Provide your suggested NAICS code. 2. Are you anticipating your company to be a prime contractor or a subcontractor? 3. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Part III. Financial Information 1. 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 completed). 2.Describe need or importance of receiving buyer financing vs. seller financing. 3.Describe security seller could provide buyer in return for buyer financing. Part IV. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 4. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 5. Discuss any concerns you may have with our requirement or specification 6. Describe your company's past experience install equipment in phases and ability to limit disruption to normal everyday production activities. 7. After reviewing the Purchase Specification can you provide an estimated installation time frame? Part V. Hardware Production 1. Describe your provision of same or similar requirements. Include quantities, customer, and date of delivery and period of performance. 2. Describe your capability and experiences in the manufacturing/fabrication of components. 3. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? 4. Are your test stands manufactured in the U.S.? Part VI. Commerciality Questions: 1. Do you consider the requirements to be commercial (see FAR 2 definitions)? 2. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 3. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Interested offerors should send a response to the sources sought inquiry and the questions listed above to the Contracting Officer. Responses should be submitted by 12:00 PM MST, 9 December, 2013. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: OO-ALC/PZIMB Marnie Whiteaker Contracting Officer 6038 Aspen Ave. Bldg. 1289 2nd Flr Phone: (801) 586-5546 Email: marnie.whiteaker@hill.af.mil Alternate OO-ALC/PZIMB Joseph Barthold Contracting Officer 6038 Aspen Ave. Bldg. 1289 2nd Flr Phone: (801) 586-7779 Email: joseph.barthold@hill.af.mil The information provided is for the Air Force's market research and is given understanding the AF has no obligation to pay for the information. The information may be used in developing a request for proposals (RFP) but does not obligate the AF to issue an RFP or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-14-R-BLDG220HILL/listing.html)
 
Place of Performance
Address: Contractor’s facility and at Building 220, Hill Air Force Base, UT, United States
 
Record
SN03229576-W 20131108/131106234222-778876edc20c68b3c4a2b69cb644b039 (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.