Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2021 SAM #7145
SOURCES SOUGHT

17 -- Mobile Aircraft Arresting System (MAAS) Trailers - RFI

Notice Date
6/22/2021 7:23:32 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
325 CONS CC LGCA TYNDALL AFB FL 32403-5553 USA
 
ZIP Code
32403-5553
 
Solicitation Number
FA481921QA036
 
Response Due
6/25/2021 11:00:00 AM
 
Archive Date
06/26/2021
 
Point of Contact
2 Lt Blake Dailey, TSgt Karl Deffert
 
E-Mail Address
blake.dailey.1@us.af.mil, karl.deffert@us.af.mil
(blake.dailey.1@us.af.mil, karl.deffert@us.af.mil)
 
Description
SOURCES SOUGHT - Request for Information (RFI) :� THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION 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.� FA4819-21-Q-A036�shall be used to reference any written responses to this Sources Sought-RFI. Tyndall�Air Force Base anticipates full and open competition and would like to identify responsible sources.� The North American Industry Classification Systems (NAICS) Code proposed 336413.� The size standard for this proposed NAICS is 1250. Description:��The Air Force Civil Engineer Center (AFCEC/COMR) requires the purchase of the following item: Mobile Aircraft Arresting System (MAAS) Trailers, P/N: 9D01164-905, quantity 6�each. The estimated delivery time frame for this item is 240 days. To date there are numerous : Mobile Aircraft Arresting System (MAAS) Trailers installed on Air Force (AF) installations and in AF War Reserve Material (WRM) program warehouses in the AOR and other locations. CEMIRT is technical order 35E8-2-10-1, mandated to overhaul/refurbish Mobile Aircraft Arresting System (MAAS) Trailers every ten years. A MAAS consists of two trailers with BAK-12s installed and either Lightweight Fairlead Beam Assemblies or Mobile Runway Edge Sheaves (MRES) provided as transition devices. The MAAS is required to engage tail hook equipped fighter aircraft. Salient Characteristics:� See attachment for product list. The purpose of the above requirement item(s):��MAAS are temporarily installed on runways by the Rapid Engineer Deployable Heavy Operations Repair Squadron Engineers (RED HORSE) to support contingency operations and air shows where no aircraft arresting barriers are permanently installed. The MRES are used during runway construction projects with displaced runway thresholds that require temporary barriers to prevent aircraft from running off the active runway and on to the construction job site. This trailer has a unique feature/requirement where it kneels (lowers) to the ground using on its board hydraulic system to be secured to concrete, asphalt or a dirt surface using cruciform stakes, moil points and stake lines.�The trailer is identified as part number 52D7817-102 but is being procured under the latest part number 9D01164-905. The trailer is in Technical Manual 35E8-2 10- 4, Illustrated Parts Breakdown Arresting Systems, Aircraft, Mobile, Figure 3; Trailer Assembly. 325�CONS is interested in comments, questions or concerns from industry regarding commercial practices per the above salient characteristic requirements.� Include in your capabilities package your DUNS, Cage Code, and System for Award Management (SAM) expiration date, and any related specifications/drawings. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! 325�CONS is interested in all parties that are 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 a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar 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."" All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled 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. 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.�� Commodity Capabilities Package: �All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.� 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/foreign-controlled firm and any contemplated us of foreign national employees on this effort. DISCLAIMER:��This Sources sought notice is�not a solicitation.��This notice is issued solely for information and planning purposes and does not constitute a solicitation.��All information received in response to this notice that is marked ""proprietary"" will be handled accordingly.��Responses to the sources sought notice will not be returned.��In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract.��Responders are solely responsible for all expenses associated with responding to this notice.� The Government does not guarantee any action beyond this notice.� The Government may not respond to questions posed in Industry responses. ATTENTION:� Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award.��Information on registration and annual confirmation requirements may be obtained via�https://www.beta.sam.gov� Sources Sought response time:� Friday June 25th�-�1:00 PM, CDT.��Please submit the information electronically in PDF format.��Reference RFI:� FA4819-21-Q-A036�to the Contracting Officer, TSgt Karl Deffert�/ Email:� karl.deffert@us.af.mil��and the Contract Specialist, 2 Lt Blake Dailey�/ Email:� blake.dailey.1@us.af.mil ��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.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5bcfcb0544fa437f90db799506c02b7c/view)
 
Place of Performance
Address: Tyndall AFB, FL 32403, USA
Zip Code: 32403
Country: USA
 
Record
SN06039333-F 20210624/210623205100 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.