Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2015 FBO #4968
SOURCES SOUGHT

99 -- Fuel Tanker

Notice Date
6/29/2015
 
Notice Type
Sources Sought
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-T-0190-SS
 
Archive Date
7/23/2015
 
Point of Contact
Robin A. smith, Phone: 9375222277
 
E-Mail Address
Robin.Smith.4@us.af.mil
(Robin.Smith.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirement for a 3-compartment 9500 gallon Fuel Tanker in support of the Air Force Research Laboratory at Wright-Patterson AFB OH. CAUTION: This Sources Sought Synopsis is issued solely for information and planning purposes. Please review this announcement in its entirety. In accordance with Federal Acquisition Regulation 15.201, this announcement does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. IMPORTANT: All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this sources sought notice. INSTRUCTIONS: 1. The information below provides a "Program Description" and a "Contractor Capability Survey", which allows you to document your company's capabilities in meeting these requirements. 2. If after reviewing these documents you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Information feedback sessions may be offered to respondents after the sources sought assessments are complete. An Industry Day (date to be determined) with one-on-one information sessions with respondents may be offered to clarify the Government's understanding of their submittal, capability ramifications, or to discuss their business approach. Questions relative to this market survey should be addressed via email to Ms. Robin Smith, AFLCMC/PZIOA, at robin.smith.4@us.af.mil. PROGRAM DESCRIPTION: • Delivery Date requirement: 180 days after receipt of awarded contract • The trailer shall meet or exceed DOT 406 and NFPA (National Fire Protection Association) 385 standards. • Trailer tank shall be capable of transporting petroleum fuel with a flash point of 100°F, trailer shall be aluminum sub frame • Tank is single shell, aluminum construction with bright aluminum finish. • Shape will be elliptical • The normal capacity shall be 9500 gallons plus 3% outage (9785 gallons) • Three compartments sizes will be 3200, 3150, 3150 gallons front to rear. • Compartments will be baffled (surge heads) and have one man hole and 1 discharge and 1 fill pipe per compartment. • All piping will be constructed of aluminum and tested to 5PSI or the standard for 406 tankers whichever is greater, all piping will be braced to limit movement. • Bottom discharge and loading system shall be mounted on passenger side with 4" valves and 4" API to 2" cam style loading adapters for each discharge and loading line. • Standard 5th wheel plate, Tandem rear axles, suspension is either leaf spring or air ride and wheels shall be aluminum with 22.5 tires • 24X24X24 storage cabinet, Hose tray, Ladder in back, Cat walk with non-skid tape, 2 work lights, LED lights, Gauge stick tube • NOTE: This trailer is NOT to have on board pumps or pump plumbing • DCMA inspection of the fuel trailer shall be at manufacturing facility if possible. • The contractor shall prepare Service Bulletins as required, to be issued by Air Force Registration Number, to notify the government of new maintenance problems and/or procedures to be implemented on the contractor's equipment prior to issuance of permanent changes to the technical manuals. • The Service Bulletins shall also identify any potential safety hazards. Contractor format is acceptable. • PSM -Hard copy of Operators, Parts and Service Manuals shall be included as pack-up data with the fuel trailer upon delivery to the customer. • In addition to the manufactures identification plate: NOTICE: • An additional identification plate shall be engraved by a method that produces a consistent lettering quality and constructed of a non-corroding metal mounted in a readily accessible location. At a minimum, the plate shall include the following information: • Nomenclature • Date of Delivery • Warranty ____ Months, ____________Miles_______ • Ship To ____ • Manufacturer's Serial Number (VIN, If applicable) • Trailer Registration Number • Date of Delivery • Make and Model • Asset NSN • Commercial and Government Entity (CAGE) Code • Contract Number • Date of Warranty Expiration • Cargo Tank Capacity (Gallons) • Trailer Weight, Unloaded (Pounds) • Gross Trailer Weight (Pounds) • Fuel Type CONTRACTOR CAPABILITY SURVEY: Part I. Business Information: Please provide the following business information for your firm:  Company/Institute Name:  Address:  Point of Contact:  CAGE Code:  Phone Number:  Email Address:  Web Page URL: Based on North American Industry Classification System (NAICS) code: 336999, 500 employees, please indicate Yes or No whether your company is:  Small Business (Yes / No)  Small Disadvantaged Business (Yes / No)  8(a) Certified (Yes / No)  HUBZone Certified (Yes / No)  Veteran-Owned Small Business (Yes / No)  Service-Disabled Veteran-Owned Small Business (Yes / No)  Women-Owned (WO) (Yes / No)  Economically Disadvantaged Women-Owned Small Business (Yes / No)  Please provide a statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).  Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying.  Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.  Please provide information about the firm's standard warranty.  Please provide recent sales history to commercial companies in order to determine commerciality.  Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. The Government anticipates utilizing the following non-commercial provisions/clauses in a resultant solicitation: FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper FAR 52.229-3, Federal, State, and Local Taxes FAR 52.233-2, Service of Protest FAR 52.242-13, Bankruptcy FAR 52.247-34, FOB Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-3, Alterations in Solicitation FAR 52.252-4, Alterations in Contract FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.225-7002, Qualifying Country Sources as Subcontractors AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the Autoimmune Testing effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Attention All potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions: 1. Name of Country where the item is manufactured. 2. Describe briefly the capabilities of your facility and the nature of the services you provide. Include a description of your staff composition and management structure. 3. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number. 4. Describe your company's capabilities for generating, handling, processing and storing technical reports and for storing classified material and data. 5. Describe your company's capabilities and experience in providing statistical, technical test & evaluation support to identified acquisition programs. Identify what software programs are utilized and what formats are available for delivered items. 6. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 7. Describe your capabilities and experience in managing website content projects and development of tracking databases, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. 8. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 9. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. RESPONSE FORMAT INSTRUCTIONS: Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-15-T-0190, Fuel Tanker". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Responses are limited to 15 pages and may be submitted electronically to the following email address: robin.smith.4@us.af.mil RESPONSE DUE DATE: Please email responses to robin.smith.4@us.af.mil no later than 5:00 pm, EST, Wednesday, July 8th 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0190-SS/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03779377-W 20150701/150629234718-f7fcabe84db6226f58ec09816daac732 (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.