SOURCES SOUGHT
J -- Force Protection Equipment Maintenance Repair and Installation - CENTCOM AOR
- Notice Date
- 2/4/2015
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- ACC - Rock Island - C3 (ACC-RI-C3), Bldg 60, 3rd Floor, Rock Island, IL 52807
- ZIP Code
- 52807
- Solicitation Number
- W560MY-15-R-FPMRI
- Response Due
- 2/20/2015
- Archive Date
- 4/5/2015
- Point of Contact
- Mary Beth Ford, 309-782-2723
- E-Mail Address
-
ACC - Rock Island - C3 (ACC-RI-C3)
(marybeth.b.ford.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. W560MY-15-R-FPMRI is not a valid solicitation number. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The US Army Contracting Command-Rock Island is exploring options for Contractor performance of maintenance, repair, and installation requirements for force protection equipment such as pop-up barriers, armored gate houses, and sky watch towers for the Air Force Central Command (AFCENT) Area of Responsibility within Central Command (CENTCOM) Area of Operations (AOR). Pop-up barriers are mobile, vehicle crash barriers that can be operated locally or remotely for protection against vehicle attacks. Deployment, retrieval and operation are all done with a battery-operated hydraulic power system. Armored Gate Houses consist of NIJ IV ballistic rated preassembled buildings; with factory installed duct free split AC systems; prime power stationary high hour life generators with desert air filtration kits; and 15,000 Lb. GVW custom dual axle trailers. Sky watch towers are heated, air-conditioned, stand-alone, mobile surveillance towers, which rise to a two-story height. They are operated with solar and hydraulic systems for electric and manual ascent and descent. Current estimation is 200 pieces of force protection equipment requiring this service, but this estimation will vary throughout the life of the proposed effort. The equipment is normally operated from fixed US Military locations within the AOR and installation, maintenance and repair efforts would be conducted at their respective locations. The Contractor would furnish all the necessary personnel, material, equipment, and services to perform the requirement. The Government will furnish work and living space. All information received in response to this RFI marked quote mark Proprietary quote mark will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to the RFI will not be returned. All responses should be limited to five (5) pages. ACC-RI is seeking the following information: 1. Potential Respondents shall describe how they would propose to successfully perform the services, assuming that all services provided by Respondent would be accomplished in accordance with all applicable U.S. laws, regulations, policies, and procedures. 2. Potential Respondents shall describe their existing capabilities that would enable Respondents to successfully perform the services: a. Provide a summary of company's technical capabilities b. Provide a description of facilities, management, and personnel c. Past experience as it relates to similar service requirements and providing services in the CENTCOM AOR. 3. Currently, the services are performed under contract W52P1J-10-C-0044. Potential Respondents shall describe proposed financial plans. Charges cannot be based on cost plus a percentage of cost. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are quote mark best quote mark estimates only. The response date for this market research is 0800 Central Time, February 20, 2015. No collect calls will be accepted. All responses to this RFI may be submitted via e-mail to Mary Beth Ford at marybeth.ford2.civ@mail.mil and Wanda L. Malvik, Contracting Officer, at wanda.l.malvik.civ@mail.mil. Note: The phone number for the Contract Specialist is (309) 782-2723.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6ad331baa97cecfe6f80cbc25f85f639)
- Place of Performance
- Address: ACC - Rock Island - C3 (ACC-RI-C3) Bldg 60, 2nd Floor Rock Island IL
- Zip Code: 61299-8000
- Zip Code: 61299-8000
- Record
- SN03633487-W 20150206/150205000149-6ad331baa97cecfe6f80cbc25f85f639 (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 |