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

23 -- Rivet Minuteman Integrated Life-Extension (MILE) Program Work Trailer

Notice Date
8/20/2014
 
Notice Type
Sources Sought
 
NAICS
336214 — Travel Trailer and Camper 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
FA8224-15-R-WorkTrailers
 
Point of Contact
Emily M. Pogue, Phone: 801-775-3843
 
E-Mail Address
emily.pogue@us.af.mil
(emily.pogue@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: This is a sources sought synopsis requesting information only and does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP). It should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract in connection with this announcement. The US Air Force is seeking prospective sources and information to facilitate planning for the possible purchase of nine (9) enclosed, drop-deck style semitrailers. These trailers will provide equipment, tool, and spare part storage as well as space for work that is taking place at remote locations near the following Rivet MILE operating locations: Minot Air Force Base (AFB), North Dakota; Malmstrom AFB, Montana; and F.E. Warren AFB, Wyoming. These trailers will be towed on graded dirt roads for extended distances utilizing existing tractors. Specific information is listed in the "Details" section below. The purpose of 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 336214 which has a corresponding Small Business Size standard of 500 employees. The US Air Force will use this information to determine the best acquisition strategy for this procurement. The US Air Force is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The US Air Force 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. The US Air Force is also seeking the following information: 1. Provide your Company Name, Cage Code and Point of Contact Information (email address and phone number). 2. Provide a suggested NAICS Code (if different from the 336214). 3. Would you be a prime contractor or a subcontractor? 4. Would you be supplying the system as a manufacturer or a distributor? 5. Are these items available as a commercial off-the-shelf item? 6. How long would you anticipate a requirement of this nature to take from receipt of an award to delivery date? 7. What is the anticipated lead time? 8. What is the estimated total price for these items and their delivery? 9. Describe your experience with the same or similar items and include any past contracts you were involved with. 10. Would you be able to deliver the items on site to remote locations in Montana, North Dakota, and Wyoming? 11. Would you be interesting in attending an industry day to view a sample trailer? All information submitted in response to this announcement is voluntary and no information will be returned. The US Air Force is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Any information obtained will be considered market research and may be used as a general concept; however, any specific information will be treated as proprietary information. Interested offerors should send a response to the sources sought inquiry and the questions listed above to the Contract Negotiator. Responses should be submitted by 2:00 pm Mountain Standard Time on September 4, 2014. The Contract Negotiator information is listed below: Emily Pogue, AFSC OL:H/PZIMA Contract Negotiator 6038 Aspen AVE. Bldg. 1289 U Phone: (801) 775-3843 Email: emily.pogue@us.af.mil Details: 1) Trailer specs: a) Trailer type: Enclosed drop-deck semitrailer b) Maximum outside height: 13.5 feet c) Maximum deck height: 51 inches maximum front, 30 inches d) Max width: 8.5 feet e) Max overall length: 53 feet f) Maximum GVWR: 56,000 lbs. g) Minimum payload: 23,000 lbs. 2) Additional features: a) The upper deck will be 17-feet long (minus the front deck area) with a storage area to fill the void between the front of the 5th-wheel area and the rear of the upper deck. i) This storage area will be accessible from both sides of the trailer and will include weather-resistant doors. b) A front exterior deck area will be provided to allow for propane tank storage. c) Walled-in bathroom with an electric incinerator toilet on the upper deck i) The minimum Interior dimensions of the bathroom will be 3 feet wide by 5 feet long ii) All bathroom walls will be insulated iii) Entry into the bathroom will have an interior, noise-canceling locking door iv) Bathroom area will feature an outside wall vent with fan and wall mounted switch next to the entry door v) Bathroom will feature a minimum of 1 overhead impact-proof LED floodlight with a wall mounted switch next to the entry door d) Stairs between the upper and lower deck e) All interior walls and ceilings painted white f) The exterior will be painted white g) All walls, ceilings, floors, and exterior doors will be insulated to a minimum insulation value of R-15 h) Diamond plated aluminum flooring throughout i) Wall tied-own railing system (e.g., Uni-Trax 1000) running on both sides the entire length of the lower and upper deck at 1-, 3-, and 6-foot increments above floor level. Must be capable of supporting a minimum of 500 pounds per ring and a minimum of 500 pounds per 6 inches of rail. j) Trailer will include 2 - 100 lb. removable propane tanks with level indicators secured to the front deck area 3) Electrical: a) 208VAC, 3-Phase receptacle at the front, roadside of the lower deck to accommodate a 2-stage air compressor b) 6 functioning overhead impact-proof LED floodlights distributed down the center of the ceiling in the lower deck. Light switch to be placed next to the personnel access door c) 2 functioning overhead impact-proof LED floodlights distributed down the center of the ceiling in the upper deck. Light switch to be places next to the personnel access door d) 110VAC outlets distributed on the lower deck walls at 4-foot intervals e) 4 - 110VAC distributed in the upper deck at 4-foot intervals f) 4 - 110VAC weatherproof outlets with GFCI protection mounted on the exterior of the trailer, one at each corner. g) Circuit breaker panel installed on upper deck next to the personnel access door to handle 208VAC and 110VAC loads h) All electricity will be powered through a site power connector, (Pyle Line Neptune Series ZZM-3120-36) i) 208VAC outlet for the incinerator toilet 4) Heating: a) Internal, thermostatically-controlled, centrally located propane heating. 5) Access a) 2 - standard-sized trailer doors on the rear of trailer with 2 - 2" access holes to allow air lines to pass through. b) 1 - Stowable equipment ramp centered at the back access c) In addition to the 2 rear doors, there must be another interior weather barrier with a sliding, personnel access door i) This barrier must be capable of hinging outward to allow equipment to pass through ii) The barrier must be insulated/weather-resistant d) 1 - personnel door on the passenger side upper deck for emergency egress as well as secondary access i) Door must swing outward with hinges towards the front of the trailer e) Removable aluminum stairs with handrails for access to the personnel door
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-15-R-WorkTrailers/listing.html)
 
Place of Performance
Address: Deliveries to Minot Air Force Base (AFB), North Dakota; Malmstrom AFB, Montana; and F.E. Warren AFB, Wyoming., United States
 
Record
SN03473386-W 20140822/140821000728-e51eb01ae2cd5898a784fbd47cbc9227 (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.