Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOURCES SOUGHT

34 -- Forgings - Draft Scope of Work

Notice Date
12/6/2017
 
Notice Type
Sources Sought
 
NAICS
332111 — Iron and Steel Forging
 
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
W9098S-18-T-0026
 
Archive Date
12/28/2017
 
Point of Contact
Samantha M. Keegan, Phone: 309-782-2192
 
E-Mail Address
samantha.m.keegan.civ@mail.mil
(samantha.m.keegan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Scope of Work for Forgings The purpose of this Request for Information (RFI) is to seek out qualified vendors who have experience manufacturing Forgings to support Joint Manufacturing & Technology Center's (JMTC). This announcement is in support of market research performed by the Army Contract Command - Rock Island to determine interest and capability to provide the supplies delineated within this RFI. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any supplies, or for the Government to pay for the information received. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information request. Consequently, no solicitation is being issued at this time. Therefore, no award will be made as a result of providing this information. Currently, JMTC has a requirement for this material. Vendors interested in this proposed acquisition must meet the criteria for Federal Supply Code (FSC) 3462, Iron and Steel Forging, and North American Industry Classification System (NAICS) Code 332111, Iron and Steel Forging. It is anticipated that the subsequent procurement will be a firm-fixed-price contract. All deliveries will be on a FOB Destination basis. This proposed requirement is for the following item: Forgings, in accordance with a Scope of Work and five (5) Government controlled drawings: 1) 525884; 2) 525885; 3) 525886; 4) 525887; and 5) 525889. A draft Scope of Work is available within this notice as a separate attachment. Drawings are available at the following link: Vendors wishing to view the drawings before the solicitation and/or requirement is formally posted must be registered as an authorized entity with Joint Certification Program (JCP) and have an active Federal Business Opportunities (FBO) account. Vendors wishing to check their JCP status or register may do so at: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx. Note that JCP registration may take several days to several weeks for processing. Vendors are encouraged to register for access early and prior to a solicitation release. Vendors who have an active JCP registration and FBO account may access the drawing at the following link: https://www.fbo.gov/fedteds/W9098S18T0026 Any potential vendor must be qualified to supply the item, in accordance with the Government provided controlled drawings, prior to award. 1. Statement of your firm's intention to bid and how it intends to meet the requirements stated above 2. Your firm's business name and physical location 3. DUNS, CAGE Code, Tax ID, and Point of Contact Information 4. Number of employees (for business size verification) 5. Type of Socioeconomic Business Class (Examples: Disadvantaged, Veteran Owned, HubZone, Women Owned, 8(a), ANC, NHO, etc.) 6. Is your firm the manufacturer, or are you an authorized distributor? 7. Does your firm use brokers, or authorized distributors to distribute your product, or is your firm willing to sell directly to the Government? 8. What is the lead time it takes your firm to obtain the raw materials, prior to manufacturing, if applicable? If you are a distributor, provide the lead time necessary for the manufacturer to manufacture the end items. 9. Manufacturing plant name and location (for qualification country status verification). If your firm does not manufacture the indicated items, provide the proposed manufacturing company name, and location. 10. What are your specific manufacturing skills that will ensure your capability to meet the requirements? 11. What is your firm's production capability, maximum quantity that can be produced, and lead time required for orders? 12. What method of shipment does your firm use for the stated items? How long does shipment from the manufacturing site to JMTC in Rock Island, Illinois? 13. Based on #12, what is your firm's delivery capability? All vendors are required to be vetted at least 3 days prior to deliveries being made, and must be aware of JMTC's local receiving procedures. If you need further information, contact the POC listed in this posting. 14. Provide your firm's market conditions, terms and conditions, and product standard warranty information. 15. Has your firm produced and delivered an approved, qualified, tested and acceptable Forging or similar material to the U.S. Government before that met the indicated specifications? 16. If #15 is yes, provide the provide the following information: Government agency name, Government contract number, dollar value, length of time provided product, Government point of contact information such as name, phone number, and e-mail address. All of the above information must be submitted in detail with your submission under this RFI. If a solicitation is issued, it will be published electronically on the FBO website and will be the responsibility of the contractors/interested parties to check regularly. Interested sources should send required information in single Adobe Acrobat (.pdf) with a page maximum limitation of 10 pages to: Army Contracting Command - Rock Island, ATTN: CCRC-AH, Samantha Keegan, e-mail address: Samantha.m.keegan.civ@mail.mil, by 10 a.m., central time, 13 December 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e34ab3072834c1f24bcf73e40713b632)
 
Place of Performance
Address: Rock Island, Illinois, 61299, United States
Zip Code: 61299
 
Record
SN04758232-W 20171208/171206230854-e34ab3072834c1f24bcf73e40713b632 (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  © 1994-2020, Loren Data Corp.