Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
MODIFICATION

34 -- Sources Sought - Dry Stripping Cabinet

Notice Date
10/8/2019
 
Notice Type
Modification/Amendment
 
NAICS
332813 — Electroplating, Plating, Polishing, Anodizing, and Coloring
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-20-Q-MEDI-SS
 
Archive Date
10/15/2019
 
Point of Contact
Kelli M Locker, Phone: 9375223393
 
E-Mail Address
kelli.locker@us.af.mil
(kelli.locker@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT (Not a Notice of Solicitation) __________ UPDATE UPDATE UPDATE - On 8 Oct 2019, a typographical error was discoverd in item g. below. The original text noted '12,000 cubic feet per minute.' This should read '1,200 cubic feet per minute.' This change was made within the amendment on 8 Oct 2019. __________ FA8601-20-Q-MEDI-SS The United States Air Force, Air Force Life Cycle Management Center, Base Support Contacting Branch, Wright-Patterson Air Force Base, Ohio is seeking capabilities packages of all potential sources, including small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) that are capable of providing a Dry Stripping Cabinet with Media Collection System for the National Museum of the United States Air Force. Firms that respond shall 1) specify that their product meets the specifications provided below and 2) provide detailed information to show clear technical compliance. THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. Draft Minimum Requirements are listed below. All interested firms shall submit a response to the Primary Point of Contact, Ms. Kelli Locker, demonstrating their capability to provide these items. As stipulated in Federal Acquisition Regulation (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 (Request for Proposal) 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. The NAICS Code assigned to this acquisition is 332813 (Electroplating, Plating, Polishing, Anodizing, and Coloring) with a size standard of 500 employees. Firms responding should indicate their size in relation to this small business size standard, and indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, or HUBZone). Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Please note that the rules governing affiliation and ostensible subcontracting apply when determining size under FAR 52.219-14, Limitations on Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS code is chosen. Respondents should consider how the primary tasks identified in this sources sought will be broken out between prime & subcontractors to avoid ostensible subcontracting and address this in their response, if necessary. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business or any particular small business program. Please be aware that the Government Acquisition Team is still determining its acquisition strategy, and if it is determined that this buy will be set aside for Small Business or 8(a) participants, FAR 52.219-14 - Limitations on Subcontracting will apply. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed five (5) pages. All correspondence sent via email shall contain a subject line that reads: Sources Sought - Dry Stripping Cabinet If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls or.xls documents are attached to your email. All other attachments may be deleted. Responses may be submitted electronically to the following e-mail address: kelli.locker@us.af.mil RESPONSES ARE DUE NO LATER THAN 14 OCTOBER 2019 3:00 PM Eastern Time. Direct all questions concerning this acquisition to Kelli Locker at kelli.locker@us.af.mil including the necessary subject line indicated above. DRAFT Minimum Requirements: The NMUSAF requires a dry stripper cabinet capable of significant production and the ability to strip and prepare a wide spectrum of metallic surfaces IAW this Statement of Work. Item shall: a. Comply with American Conference of Industrial Hygienist (ACGIH) Section 10.80.1, figure VS-80-1, follow all requirements of the directive; b. Requires 20 air changes per minute. c. Provide at least 500 feet per minute of inward velocity at opening d. Duct velocity no less than 4000 feet per minute. e. Gasketed door f. Gasketed drum cover g. Exhaust to dust collector rated at least 1,200 cubic feet per minute h. Moisture separator i. Blast Media Reclaim system j. Dual interlock system so the system cannot be operated with door open k. Installation of unit, operational testing, and training of MUE personnel l. One year warranty of system m. WPAFB Bioenvironmental Technicians at the Bioenvironmental Engineering Flight, Wright-Patterson AFB, must approve system prior to purchase. Delivery FOB Destination shall be made within sixty (60) days after date of contract award. UPDATE UPDATE UPDATE - On 8 Oct 2019, a typographical error was discoverd in item g. above. The original text noted '12,000 cubic feet per minute.' This should read '1,200 cubic feet per minute.' This change was made within the amendment on 8 Oct 2019. (End Document)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-20-Q-MEDI-SS/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN05470382-W 20191010/191008230448-4de70934e7e6a89aed9b17b46cb5e90c (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.