Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
MODIFICATION

43 -- Aircraft Washing System

Notice Date
5/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56ZTN) Garrison Contracting Division, 6001 Combat Drive, Aberdeen Proving Ground, Maryland, 21005-0000, United States
 
ZIP Code
21005-0000
 
Solicitation Number
0010952992
 
Archive Date
6/2/2017
 
Point of Contact
Mark A. Bussell, Phone: 270-956-0771
 
E-Mail Address
mark.a.bussell3.civ@mail.mil
(mark.a.bussell3.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for 15 Aircraft Wash Carts and is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is 333999 ALL OTHER MISCELLANEOUS GENERAL PURPOSE MACHINERY MANUFACTURING. The Contractor shall provide qualified personnel, services, materials, equipment, supplies and facilities necessary to perform for the completion of the teardown, inspection & provide refurbishment of 15 wash carts. Upon return, wash carts will be Fully Mission Capable (FMC). Pressure Washer System inspection shall consist of assessment of the following components: a. Washer System trailer wheels (HMMWV Mil-Spec 16 ½in split rim), tires (16 ½in Mil Spec), axles (7,000 lbs.) and Wheel bearings b. Washer System trailer frame, tie downs, jack assemblies, pental, and coating c. Washer System trailer electrical subsystem (brake lights, wiring) d. Engines, pumps, Air compressor, burner, and engine electrical sub systems e. Foaming System to include hoses and nozzles f. All water and chemical tanks g. All high pressure and high volume water hoses h. Trigger guns and wands i. Hose reels and hoses Based upon result of Washer System assessment, the contractor shall repair the following components as necessary to restore the washer system to FMC. a. Washer System trailer wheels (HMMWV Mil-Spec 16 ½in split rim), tires (16 ½in Mil Spec), axles (7,000 Lbs.) and Wheel bearings b. Washer System trailer frame, tie downs, jack assemblies, pental, and coating c. Washer System trailer electrical subsystem (brake lights, wiring) d. Engines, pumps, Air compressor, burner, and engine electrical sub systems e. Foaming System to include hoses and nozzles Based upon result of Washer System assessment, the contractor shall replace the following components as necessary to restore the washer system to FMC. a. All water and chemical tanks to be replaced with same capacity tank b. All high pressure and high volume water hoses i. PSI shall be variable from a minimum of 25 to a maximum of 135 ii. Gallons per minute shall be variable from a minimum of 4 to a maximum of 8 c. Trigger guns and wands d. Hose reels and hoses Only new components shall be used in the replacement of the components. The contractor shall replace all Gel Cell. Batteries in all Pressure Washer Systems. Only new Gel Cell Batteries shall be used. Additional considerations involving Pressure Washer System repair. a. All repairs/replacement will take place at contractor's facility. b. The Government will be responsible for shipment of Pressure Washer Systems to contractor's facility c. The Contractor will be responsible for return shipment of the Pressure Washer Systems to the Government Operator Training. a. Upon return of the Pressure Washer Systems to the Government's location, the contractor shall conduct operator training at the Government's facility. b. A total of four separate training courses shall be provided i. The training shall take place over a two day period. ii. Day 1 Courses shall be conducted from 0800 to 1200 and 1300-1800. iii. Day 2 Courses shall be conducted from 0800 to 1200 and 1300-1800. c. Each course shall be four hours in duration. d. The course shall consist of operation of Pressure Washer Systems, Sub-systems, and Operator Level Preventative Maintenance Checks and Services (PMCS). The contractor shall develop a maintenance plan for the refurbished Pressure Washer Systems. a. The maintenance plan shall identify the part and part number for each component and sub-component located in the Pressure Washer System. b. The maintenance plan shall identify a preventative maintenance plan for each component and sub-component located in the Pressure Washer System. c. The maintenance plan shall identify the required frequency of preventative maintenance inspection for each system and sub-system located in the Pressure Washer System. d. The maintenance plan shall identify the preventative maintenance requirements for each system and sub-system located in the Pressure Washer System. e. The contractor shall develop a Preventative Maintenance Checklist in accordance with the format at TM 9-2320-280-10 PMCS. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 6. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9437da29201aea674c99ffa56a0b26e6)
 
Place of Performance
Address: FORT CAMPBELL, Kentucky, 42223, United States
Zip Code: 42223
 
Record
SN04505860-W 20170513/170512000508-9437da29201aea674c99ffa56a0b26e6 (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.