Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2022 SAM #7343
SOURCES SOUGHT

34 -- DLA Disposition Services Heavy Armor Cutting System

Notice Date
1/6/2022 6:44:12 AM
 
Notice Type
Sources Sought
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451022SS0001
 
Response Due
2/4/2022 1:00:00 PM
 
Point of Contact
Daniel Schuemann, Phone: 269-961-5238
 
E-Mail Address
daniel.schuemann@dla.mil
(daniel.schuemann@dla.mil)
 
Description
The Defense Logistics Agency (DLA) Disposition Services Acquisition Operations Division, Battle Creek, MI is requesting information as detailed below. Request for Information (RFI) / Sources Sought Synopsis: A Request for Information (RFI) is a market research tool used to determine the technical approaches, source capabilities and contract type most suitable for the acquisition prior to developing a solicitation. �The intent of this RFI is to identify potential acquisition approaches from both the contracting perspective and the operational perspective that will enable DLA Disposition Services to accomplish the objectives stated herein, with an emphasis on utilizing successful commercial practices to the maximum extent possible.� The overall acquisition objective is to develop an appropriate contract vehicle with requirement definition to allow DLA Disposition Services to acquire a Heavy Armor Cutting System. The desired capability/main salient characteristics of the Heavy Armor Cutting System are as follows: - Built-in Diesel-powered Generator to power Plasma Cutter - Built-in Air Compressor to supply clean dry air for cutting - Plasma cutter having the ability to cut up to 2-1/4� steel - Operating (environmental) temperatures up to 130 F - Four (4) foot long cutting torches with 45 degree cutting angle - Delivery to Arifjan Kuwait. - In addition to the above factors, interested firms are encouraged to include other approaches they believe best meet a requirement of this nature. �� Upon review of industry response to this RFI, the Government may also determine whether a set-aside acquisition is in the Government's best interest, which then would require that contract delivery be to an appropriate United States Port of Export in lieu of the location noted above. �The Government intends to solicit and award likely a Firm-Fixed Priced Contract should this lead to an actual procurement for this equipment. Proposals are not to be submitted at this time.� A response to this RFI will not be considered an adequate response to any forthcoming solicitation announcement, nor will it result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. Contractors are reminded that this is a Request for Information, NOT a request for proposals/bids/quotes.� 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.� This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.� There is no solicitation available at this time. SUBMISSION REQUIREMENTS: Interested firms that may be able to meet the potential requirements outlined above are to please submit a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating ability to provide the requested equipment, and/or an existing published brochure or similar capability information. This documentation should please address, as a minimum, the following: �(1) Company Profile to include number of employees, office location(s), DUNS number and/or Cage Code and as applicable, �information identifying small business classification including any other socioeconomic categories.� �(2) Relevant experience within the past three years, including any contract numbers, and Government/Agency or commercial firm points of contact (POC) and current email/telephone number for the POC. Also, identify if you were a subcontractor and the work you actually performed as the sub-contractor. Company sales brochures or marketing packages will be considered, but we are most interested in a more specific response which displays the commercial approach and capabilities desired to meet the potential requirement. The submittal package must be received no later than 4:00 p.m. (EST) on Friday, February 4, 2022.� All submissions must be sent via electronic mail to: daniel.schuemann@dla.mil.� The Government will not provide a debriefing on the results of the RFI, but does plan to fully take into account responses in any procurement action which follows this market research step. All information submitted will be held in a confidential manner and will only be used for the purpose intended. The point of contact may be contacted for questions or clarification: Dan Schuemann Chief, Operational Contracting Division DLA Disposition Services Battle Creek, MI Phone: 269-961-5238 Email: daniel.schuemann@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e117474188e94803baf1d0efeadd5db6/view)
 
Place of Performance
Address: Camp Arifjan, KWT
Country: KWT
 
Record
SN06211408-F 20220108/220106230119 (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.