Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOURCES SOUGHT

61 -- Rewind Stators Rotors Tunnel 9 Motors - Draft SOW 14566-18-002

Notice Date
10/16/2018
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
 
ZIP Code
37389-1335
 
Solicitation Number
FA9101-19-Q-0004
 
Archive Date
11/16/2018
 
Point of Contact
Kristi L. Martin, Phone: 9314545139, Robert A. Greene, Phone: 9314545167
 
E-Mail Address
kristi.martin.6@us.af.mil, Robert.Greene.17@us.af.mil
(kristi.martin.6@us.af.mil, Robert.Greene.17@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW 14566-18-002 SOURCES SOUGHT/REQUEST FOR INFORMATION/CAPABILITIES REQUEST THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought is in support of Market Research being conducted by the United States Air Force to identify (1) potential sources and, (2) if this effort can be set aside for Small Businesses. While this Sources Sought is for planning purposes only, responses may be used to justify any near-future competitive or noncompetitive acquisition. This Sources Sought is to notify companies that the U. S. Air Force is seeking potential sources interested in providing all the necessary labor, supervision, equipment, supplies, and materials to inspect, rewind, and repair the stator, rotor, and generator sets of four Westinghouse motors per Statement of Work 14566-18-002. The Statement of Work is provided as a separate attachment to this Sources Sought Synopsis. The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of various business concerns that might be interested to compete. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in responses from both large and small businesses to include: 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns. If a solicitation is released, it will be synopsized and posted on the FedBizOpps website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar systems offered to the Government and to commercial customers for the past ten years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. DESCRIPTION: Arnold Engineering Development Complex (AEDC) Tunnel 9 located at 10905 New Hampshire Ave. Silver Spring, MD 20903-1050 is seeking potential sources interested in providing all necessary labor, supervision, equipment, supplies, and materials to inspect, rewind, and repair the stator, rotor, and generator sets of four Westinghouse motors. It is anticipated the contract will contain four base contract line item requirements with five options for increased quantity. The base bid includes disassembly, transportation, stator/rotor rewind, and reassembly of all four motors. The options include blast cleaning each rotor and any over and above work needed. Statement of Work 14566-18-002 has been prepared and is included for reference for complete details on this Sources Sought. OBJECTIVE: It is anticipated that the contract will be a Firm Fixed Price contract. The North American Industry Classification System (NAICS) for this effort is 335312 - Motor and Generator Manufacturing, with a size standard of 1,250 Employees. INFORMATION AND INSTRUCTIONS: Respondents must include the following information within their statement of capability packages. Capability packages may contain single or double spaced text, but shall not exceed 20 single-sided pages in length a. Company Information: - Company name - Address - Point of Contact with email address and telephone number - Federal Cage Code - Data Universal Numbering System (DUNS) and business size pursuant to NAICS - Web page URL - Status as U.S. or Foreign-Owned Entity (if foreign, provide country of ownership) Your company must be registered in the System for Award Management (SAM). To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the Statement of Work. To demonstrate your capabilities, please limit your relevant experience to the past ten years. Include a description of the work performed, period of performance, and agency/organization supported individual point of contact (contracting officer/purchasing agent, or program manager). Include the contract number(s) or customer/company name. c. Interest in this requirement as a Prime or Subcontractor. d. Documentation regarding experiences and qualifications to rewind motor (stators and rotors) greater than 5500 horsepower. Shall provide at least one example detailing rewind to a wound rotor type motor. e. Information regarding estimated time to complete the effort for the initial requirement and the option portion of the contract. f. Rough Order of Magnitude (ROM) estimate for unit cost, and schedule of significant events. g. Are there specific requirements in SOW 14566-18-002 that would currently preclude or discourage your company from being a viable source for this requirement? h. Would any components of the system be manufactured outside of the Unites States? If so, provide country and applicable trade agreement authority. i. Describe your company's capabilities and experience in delivering engineering drawings, specifications, and supporting documentation. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. j. What is the minimum and maximum dollar value for a project upon which your firm would routinely consider submitting a proposal? k. What information does your company expect to need in order to inspect, rewind, and repair the stator, rotor, and generator sets of four Westinghouse motors which is not included? What assumptions would have to be made in order to propose on this effort? l. When do you believe the Government acceptance buy off would occur (state in days from contract award)? m. Given the opportunity, would you like to view the motors and the building in which it is currently housed prior to providing a formal proposal? Please be aware that the Government will not provide multiple site visits. n. Is your company able to comply with applicable laws and standards for potential removal of lead based paint and for handing existing winding insulation which may contain asbestos (i.e. OSHA, EPA)? o. The SOW as written gives custody of the old copper windings to be removed to the Contractor. Would the reclaimed value of the copper be a cost consideration when formally bidding this effort? Approximate weights of the motors can be made available to estimate total copper content. p. Do you anticipate a problem with the ability of the rewound motors to pass any of the acceptance tests specified in the SOW. If this acceptance criteria is problematic, please describe why and suggest an alternative. q. Commerciality Questions: 1.) If you offer this item to both U.S. Government and commercial customers, is the same workforce used for both the U.S. Government and general public? 2.) Are your manufacturing processes offered to both U.S. Government and commercial customers under similar terms and conditions? Briefly describe any differences. 3.) Will your company accept the terms and conditions identified in FAR Clause 52.212-4 Contract Terms and Conditions -- Commercial Items? <http://farsite.hill.af.mil>. If not, which terms of the clause does your firm find unacceptable? r. Other: Please note: Emails containing large amounts of data (over 4 MB), or file types such as:.zip,.xlsx,.docs, or other macro-enabled extensions, may not be delivered to the intended recipients. SUBMISSION REQUIREMENTS: Capability package responses are due by 2:00 PM Central Standard Time, 1 November 2018. Responses shall be sent via email to Primary Point of Contact: Kristi Martin, kristi.martin.6@us.af.mil and Secondary Point of Contact: Robert A. Greene, robert.greene.17@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. Paper copies of this announcement will not be provided. Any information received will be used solely for the purpose of market research. GOVERNMENT RESPONSIBILITY: This Request for Information should not be construed as a commitment by the Government for any purpose. This IS NOT a Request for Proposal or an Invitation for Bid and no contract will be awarded from this Request for Information notice. This notice DOES NOT constitute a procurement commitment by the U.S. Air Force, implied or otherwise. Any information submitted by respondents to this Request for Information is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing Request for Information will sign non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. Official information regarding this acquisition will be provided by the Contracting Officer. Any information received from other sources should not be relied upon. Any information received from industry in response to this RFI will NOT be available to the public. Questions on this notice shall only be submitted via email to kristi.martin.6@us.af.mil and robert.greene.17@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA9101-19-Q-0004/listing.html)
 
Place of Performance
Address: AEDC Tunnel 9, White Oak, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN05126238-W 20181018/181016230719-c004180b186bcbcf0af7d6afbc9b7adb (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.