Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2014 FBO #4509
SOURCES SOUGHT

J -- Textile (Tent) Repair Services

Notice Date
3/28/2014
 
Notice Type
Sources Sought
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V14R0019
 
Response Due
4/7/2014
 
Archive Date
5/27/2014
 
Point of Contact
Cheryl Saylock, 570-615-7517
 
E-Mail Address
ACC-APG - Tobyhanna
(cheryl.a.saylock.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey) issued by the Army Contracting Command, APG Tobyhanna Division, Tobyhanna, PA 18466. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. It is the intention of the Government to award a single or multiple blanket purchase agreement(s) for the base period of one year with two one year options periods based on the results of this Sources Sought announcement. This sources sought is to determine interest and capability of potential qualified businesses, relative to the North American Industry Classification Code (NAICS) 314910. The Small Business size standard for this NAICS code is 500 employees. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. Project Description The purpose of this sources sought announcement is to obtain textile repair services at regional Source of Repair (SOR) facilities located at Ft. Bragg, North Carolina, Ft. Hood, Texas and Tobyhanna Army Depot (TYAD), PA. All repair efforts shall be accomplished in close proximity of the SOR facilities, not to exceed a two (2) hour transportation timeline to and from the SOR facility. It is the Government's intent to deliver and pick up each shipment. Contractor will provide textile/fabric and material repairs or replacements, detailed technical inspections, and cleaning of the textile products IAW Technical and TYAD Manuals referenced below: Document Reference: a) Technical Manual (TM) 11-6115-742-13&P, TMSS-Medium b) TM 11-6115-743-13&P, TMSS-Large c) TM 11-6115-748-13&P, TMSS-Large d) TYAD Document, Final Inspection Checklist (FICL) for TMSS-Medium e) TYAD Document, FICL for Power Plant, Utility, TMSS-Large f) MIL-T-44400, Military Specification Tent, Fabric Assemblies, Standardized Integrated Command Post System g) MIL-DTL-44400A - Detailed Specification Tent, Fabric Assemblies, Standardized Integrated Command Post System h) MIL-DTL-44404A - Detailed Specification Tent, Command Post, Standardized Integrated Command Post System Product Reference: LIN/NSNNomenclature a) P63394/6115-01-547-8513Trailer Mounted Support System (TMSS)-Large, PU-823/T b) P63394/6115-01-572-3944TMSS-Large, PU-823A/T c) P63394/6115-01-547-8552TMSS-Large, PU-824A/T d) P63394/6115-01-572-4123TMSS-Large, PU-824B/T e) P63394/8340-01-537-8713TMSS-Large, PU-823 f) P63642/6115-01-547-6713TMSS-Medium, PU-821/T g) P63642/6115-01-547-6738TMSS-Medium, PU-822A/T h) P63642/8340-01-533-5396TMSS-Medium, AN/TSQ-240 (V) 1 i) P63642/8340-01-533-5344TMSS-Medium, AN/TSQ-240 (V) 2 Requirements: Contractor will provide the following functions: a. Perform services, including replacement of required parts for repair, IAW equipment TM and FICL. b. Perform a detailed technical inspection of the equipment IAW TMs and Original Equipment Manufacturer (OEM) technical reference material, using DA Form 2404. DA Form 2404 shall identify detailed shortcoming and deficiencies required to bring the equipment to a -10/-20 standard and identify the necessary repair parts and materials required to bring the equipment to a -10/-20 standard. The form shall be sent via email to the COR, within 3-5 business days after receipt of the asset. Upon completion of the repairs, the DA 2404 shall be updated to reflect all corrective actions taken to resolve the deficiencies and emailed to the COR within 3-5 business days of completion. c.Perform inspection, cleaning and repairs within the allotted contract period and utilize its expertise to clean, repair and/or replace for TYAD any textile, fabric and canvas material provided at the contractor's facility. d.Wash, dry, and inspect all materials e. All necessary repairs will be performed IAW referenced documents as follows: Repair rips, tears and holes in fabric Replace fabric sections as needed Repair damaged/missing hardware and parts as communicated by TYAD Replace/repair webbing and straps Identify non-repairable items Ability to fabricate identical piece parts Return repairable textiles fully inspected and serviceable Based on current and forecasted requirements, the current production throughput for repairs during the term of this contract, while understanding the provided production numbers may change, the contractor will offer a guaranteed twenty (20) day turn-around for each system submitted in lots between five (5) to ten (10) systems. This would equate to a repair production rate throughput of.5 system per day based on five (5) or 1.0 tent produced per day based on ten (10) tent systems. Additionally, should a surge and/or sustainment effort become required, due to urgency of need, or backlog, the contractor facility shall maintain immediate facility space and ramp capability to increase their throughput of systems at no additional charge to the Government. The Government will not guarantee any exact quantities for repair nor will the Government be required to provide minimum quantities for repair. Any company believing they have the capability to provide the required services should contact the Contract Specialist identified below within ten (10) calendar days of this notice. Point of contact is Cheryl A. Saylock, Contract Specialist, Phone 570-615-7517, Fax 570-615-7525, email cheryl.a.saylock.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/146e8fd8a97ebf4b6bb373bc91202a11)
 
Place of Performance
Address: ACC-APG - Tobyhanna ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN03323456-W 20140330/140328234552-146e8fd8a97ebf4b6bb373bc91202a11 (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.