Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOURCES SOUGHT

34 -- Roof Panel Machine

Notice Date
8/20/2014
 
Notice Type
Sources Sought
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-14-Q-B303
 
Archive Date
8/29/2014
 
Point of Contact
Antonino E. Lyons, Phone: 3214947092, Craig S Davis, Phone: 321-494-4109
 
E-Mail Address
antonino.lyons@us.af.mil, craig.davis@patrick.af.mil
(antonino.lyons@us.af.mil, craig.davis@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-14-QB-303 and shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 332322. The size standard for NAICS is 500 employees. The requirement is for the purchase of a Roof Panel Machine. This machine can produce roofing panels designed for new construction as well as severe weather occurrences. Patrick Air Force Base is transitioning from asphalt shingles and clay tile to metal roofs. The machine needs to be trailer mounted because it would be impossible to transport some of the panels around base as they may be very long. The machine should also have an overhead reel rack system for carrying and storing two metal coils. The machine should also have two expandable decoiler reels. The machine needs to come with a 1.05 inch bead profile roller assembly and also a 1.5 inch fastener flange standing seam style profile roller system. This style of flange eliminates the need for clips to secure the metal panels to the roof decking. Salient Characteristics: This machine produces metal roofing panels designed for new construction as well as making a product that can be applied to roofs that have been damaged by hurricanes or other severe weather occurrences. It must have the capabilities, components and functionality equivalent to that of a New Tech Machinery SSQ Multipro Quick Change Panel Roofing Machine. The panel roofing machine needs to be trailer mounted and mobile, allowing it to be transported to any facilities of Patrick AFB, including the Malabar Annex. The machine must be equipped with two roller bead assemblies, on 1.5 inch roller system, one 12,000 pound tandem trailer with overhead reel rack and two expandable decoiler reels. The machine must also come with a PLC controller for the SSQ and needs to have push button run/jog controls at entry and exit ends. The panel machine cannot weigh any more than 3,799 pounds and have a length of fourteen feet four inches by a width of five feet and be no taller than four feet three inches with the overhead rack system. When loaded onto the trailer it cannot be any longer than seventeen feet six inches and be no taller than six feet 3 inches and seven feet wide. The machine needs to be able to process painted steel from twenty eight gauges to twenty two gauges: Painted aluminum from.027 to.040 inches and 16 oz. to 20 oz. 2/4 hard copper. This machine should also be able to process terne coated stainless of twenty gauges. The shear on the machine needs to be hydraulically powered, infinitely adjustable, hardened tool steel blades and dyes, and panel recognition safety system. This machine should have a speed of approximately 75 feet a minute. With this given machine there is a 60% cost savings over ordering materials from a local supplier. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-14-Q-B303,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 28 August 2014 @ 3:30PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B303/listing.html)
 
Place of Performance
Address: Patrick AFB FL, Cocoa Beach, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03472871-W 20140822/140821000012-4234e99cb1ab225bdce4a95ae54fca78 (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.