Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2019 FBO #6482
SOURCES SOUGHT

39 -- 10 TON Bridge Crane

Notice Date
8/21/2019
 
Notice Type
Synopsis
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
1201 Edward H White II St MS 7200 Patrick AFB FL 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-19-Q-B065
 
Response Due
8/28/2019
 
Point of Contact
Andrew J Washington, contract specialist , Phone 3214949516, - Tiffany S. Thornton, Contracting Officer, Phone 3214946343
 
E-Mail Address
andrew.washington.4@us.af.mil, tiffany.thornton.3@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA2521-19-Q-B065 and shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 333923. The size standard for NAICS is 1,250 Employees. The requirement is to provide: The purpose of this requirement is to purchase and install a Stand Alone 10 Ton Bridge Crane for the 920th Logistics and Readiness Squadron (LRS). The Crane will be shipped to and installed in hangar 313. The crane will be able to work in conjunction with a Heavy Duty High Line Dock that is capable of sustaining a tight five platform-standard length of 32 ft; six pallet train 88"x6' is the size of T6 pallet train. The crane will have a max load of 20,000 pounds Salient Characteristics: - Stand Alone 10 ton Bridge Crane must meet the following capabilities: Crane is required to lift vehicles while rigging to extend the suspension in order to place energy displacement material underneath. -The following salient characteristics must be met: Min Length 40' Min Width 20' must be able to lift 5' high from the floor NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! 45 CONS is interested in any Small Business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit their company's business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) and a description of or examples of similar products or services offered to the Government and to commercial customers. 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. The Government will use this information in determining its small business set-aside decision. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreigncontrolled firm and any contemplated us of foreign national employees on this effort. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database prior to award. The website for registration is www.sam.gov. Responses shall be submitted electronically to the following e-mail address andrew.washington.4@us.af.mil Attn: FA2521-19-Q-B065 RFI. Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps website at fbo.gov. RESPONSES ARE DUE NO LATER THAN 28 AUG 2019 3:00 PM EST. Approved Contracting Officer: Tiffany Thornton NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-19-Q-B065/listing.html)
 
Place of Performance
Address: Patrick AFB Patrick AFB, FL
Zip Code: 32925
Country: US
 
Record
SN05412784-F 20190823/190821230017 (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.