Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2015 FBO #4852
SOURCES SOUGHT

54 -- Military Dog Obstacle Course

Notice Date
3/6/2015
 
Notice Type
Sources Sought
 
NAICS
331313 — Alumina Refining and Primary Aluminum Production
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-MWD
 
Archive Date
3/26/2015
 
Point of Contact
Joshua J. Harris, Phone: 9104326323, C Scott Phelps, Phone: 9104326145
 
E-Mail Address
joshua.j.harris@soc.mil, conway-phelps@soc.mil
(joshua.j.harris@soc.mil, conway-phelps@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The US Army Special Operations Command (USASOC) has a requirement to acquire a finished finish aluminum Military Working Dog (MWD) obstacle course. The contractor would be required to build and deliver a finish aluminum obstacle course that meets the specifications of the MWD program. Ensure non-skid material is used on the surface of the A-frame, cat walk, and stairs. 0001: Hurdles, 3 SETS (3 EA per set) Constructed of 0.063 mill finish aluminum. Each hurdle is 48"W x 36"H. Each unit is powder coated white. Each unit has 3 slats that are fixed and 3 slats that are removable. Must allow hurdle to be adjusted to heighs of 18", 24", 30" and 36". Weight of each hurdle 36lbs for a total of 108lbs. 0002: A-Frame constructed of 0.125 mill finish aluminum and 5/8" pressure treated plywood, 1 EA, Requirements - Top surface and cleats must be coated with black protective polyurethane coating for traction and safety. A fame can be adjusted in height to a maximum of 6 ft in increments ½ ". Support chains on each side of the "A" Frame as well as a way of adjusting the "A" Frame height. 0003: Dog Walk constructed of 0.125 mill finish aluminum, 1 EA, Requirements -18"W x 16'L x 38"H. Level walk measures 18"W x 12'L and each decline ramp measures 18" W x 4' L (1 at each end of level walk). Top walking surface and decline with cleats are coated with black protective polyurethane coating. 0004: Double Stairway constructed of 0.125 mill finish aluminum, 1 EA, Requirements - 43" W x 24' L x 8' H. Unit top surface coated with black protective polyurethane coating. 0005: Window Hurdle Obstacle constructed of 0.063 finished aluminum, 1 EA, Requirements - Power coated white. Has 3 slats that are fixed and 3 slats that are removable, which allows for the window obstacle to be adjusted to heights of 18", 24", 30", and 36". 0006: Tunnel constructed of heavy duty black plastic culvert, 1 EA, 18" in diameter and 8' long. 0007: Barrel constructed of steel and painted black, 1EA, Length must be equal to 35 inches and opening must equal 24 inches. 0008: Barrel constructed of steel and painted black, 1 EA, Length must equal to 70 inches and opening must equal 24 inches 0009: Barrel constructed of steel and painted black, 1 EA, Length must equal 105 inches and opening must equal 24 inches. 0010: Shipping Interested parties must demonstrate experience in providing the course outlined or similar support services. Interested parties are requested to submit a capabilities statement that clearly demonstrates their corporate capabilities, a summary of relevant experience and knowledge that addresses the stated areas of interest. The statement should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, and a brief description of the services. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, the applicable GSA contract # and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUB Zone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures. Responses are due no later than 9:00 AM EST, Wednesday, 11 March 2015 and shall be sent to SSG Joshua Harris, Email: joshua.j.harris@soc.mil. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. For information regarding this notice, contact SSG Joshua Harris via email at the address above. Also include SSG Aaron Mckellum in responses to this RFI, Email: aaron.c.mckellum@soc.mil. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-8938/910-432-6323.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-MWD/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN03660769-W 20150308/150306234954-51ed312146fcfe7ccbad299ac0491e95 (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.