Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2016 FBO #5495
SOURCES SOUGHT

34 -- LASER_SERVICES_LMS

Notice Date
12/7/2016
 
Notice Type
Sources Sought
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W9098S) (JMTC-RIA), BLDG 211 RODMAN AVENUE, Rock Island, Illinois, 61299-5000, United States
 
ZIP Code
61299-5000
 
Solicitation Number
LASER_SERVICE_LMS
 
Archive Date
12/29/2016
 
Point of Contact
Lisa M. Johnson-Stevens, Phone: 3097823281
 
E-Mail Address
lisa.m.johnson-stevens.civ@mail.mil
(lisa.m.johnson-stevens.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: ACC-RI and RIA-JMTC are looking for interested vendors who can provide the requested Laser Services as specified in the SOW and the Technical Data Package (TDP). Vendors shall have experience in providing same or similar Laser Services as described below in the regular course of business. The SOW and TDP/specifications will be identified in the solicitation. General Requirements: This will result in a multiple award, up to five year Blanket Purchase Agreement (BPA). Laser requirements may include but are not limited to the following: 1. The FG-150 has a chuck capacity of up to 6" for Square, Rectangular, C-Channel, angle and round material. Some H-Beam and I-Beam. 2. The FG-300 has a chuck capacity of up to 8" for Square, Rectangular, C-Channel, Angle and Round material. Some H-Beam and I-Beam. 3. Minimum 4000 watts of power. 4. Oxygen and nitrogen options for cutting cases. 5. Bevel cutting up to 45 degrees on steel and 30 degrees on aluminum. 6. Capable of loading up to 25' bars. 7. Cut Capacity Range (Thickness): up to 0.750" steel, 0.375" aluminum. 8. Single sided probing capacity for non-centered holes along with two sided (centering) probing. 9. The Government will be responsible for shipping material to the contractor. The contractor will be responsible to package parts and return these parts back to RIA-JMTC. The contractor will be responsible for providing any additional packing materials needed to protect the parts in transit. The North American Industry Classification (NAICS) is 333517. Firms that recognize and can provide the required items described above are encourage to identify themselves. Vendors are requested to provide the following when responding: Company name, CAGE (Commercial and Government Entity) Code, POC with email and phone number, business size (large or small in regards to NAICS listed above) and a brief summary of capabilities that meet/match our requirements as described above. Please respond no later 14 December 2016 by email to RIA JMTC Contract Specialist, Lisa Johnson-Stevens as lisa.m.johnson-stevens.civ@mail.mil. No telephone requests will be accepted. This is a market survey for planning purposes only and should not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a purchase order on the basis of this market survey or otherwise pay for information solicited. Rock Island Arsenal will only utilize the information you provide in developing its acquisition approach for future requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1ec933fde74161c6b3e4ce706d9a3cf6)
 
Record
SN04345931-W 20161209/161207234426-1ec933fde74161c6b3e4ce706d9a3cf6 (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.