|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,2000 PSA#2532Department of the Air Force, Air Force Materiel Command, AAC -- Air
Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL,
32542-6864 45 -- BARE BASE COLD WEATHER PACKAGE (BBCWP) SOL
Reference-Number-WMOK-00-004 POC Dennis Fields, Contract Specialist,
Phone (850)882-4685 ext. 336, Fax (850)882-9381 ext. 374, Email
fieldsd@eglin.af.mil -- Karen Turner, Contracting Officer, Phone
850-882-4586x316, Fax 850-882-9381, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Num
ber-WMOK-00-004&LocID=1182. E-MAIL: Dennis Fields,
fieldsd@eglin.af.mil. Market Survey/Sources Sought. The Air Armament
Center_s Air Base Systems Program Office at Eglin AFB FL seeks sources
and information related to an effort to establish a cold weather
package (+25_ F to -25_ F) to replace current Harvest Eagle/Harvest
Falcon (HE/HF) bare base cold weather kits and to support Air
Expeditionary Force (AEF) deployments. The core component of the cold
weather package will consist of a Portable Hydronic Heating System for
lightly insulated (R = 2 to 6) shelters ranging in size from 650
square feet to 1500 square feet. The system will consist of a central
hot water boiler and a system to distribute the hot water to several
shelters. At each shelter, a fan coil unit will provide heat to the
shelter and control the temperature. The system must be air
transportable aboard USAF C-130 aircraft. Maximum desired component
size and weight is 8.5 feet by 7.0 feet by 8.0 feet high and 10,000
pounds. Maximum allowable component size and weight is 20.0 feet by 8.0
feet by 8.0 feet high and 25,000 pounds. Responses to this market
survey/sources sought should be received not later than 3 March 2000.
Questions concerning this market survey/sources sought should be
directed to AAC/WMO, 314 W. Choctawhatchee Ave, Suite 104, Attn: Mr.
Dennis Fields, Eglin AFB FL 32542-5717. This market survey/request for
information is for planning purposes only, and shall not be construed
as a Request For Proposal (RFP) or as an obligation on the part of the
Government to acquire any follow-on acquisitions. Potential bidders are
requested to provide background information their company, i.e., size,
product lines, past experience in providing similar products and any
specific catalog listings of appropriate commercial products which meet
the stated requirements. The Government does not intend to award a
contract on the basis of this market survey/request for information or
otherwise pay for the information solicited. No entitlement to payment
of direct or indirect costs or charges by the Government will arise as
aresult of the submission of responses to this market survey/request
for information and the Government use of this information. The
Government reserves the right to reject, in whole or in part any
industry input as a result of this market survey/request for
information. This market survey/request for information does not
constitute the solicitation of any proposals and authority to enter
into negotiations to award a contract has not been authorized.
Information provided may be used by the United States Air Force in
developing its acquisition approach and its Statement of Objectives
(SOO). Technical documentation concerning this program will be posted
on the Electronic Posting System (http://www.eps.gov) or provided upon
special request. Information collected from this market survey/request
for information may be released to industry as updates to program
documentation during the RFP stage; therefore, it is required that the
data received must be received with unlimited rights to the
Government. Firms responding to this synopsis should state if they are
a large, small, or small disadvantaged business. The appropriate SIC
code is 3433 with a size standard of 500 employees. An ombudsman has
been established for this acquisition. The only purpose of the
ombudsman is to receive and communicate serious concerns from potential
offerors, when an offeror prefers not to use established channels to
communicate his/her concern during the proposal development phase of
this acquisition. The Ombudsman does not diminish the authority of the
program manager or contracting officer, but communicates contractor
concerns, issues, disagreements, and recommendations to the appropriate
Government personnel. When requested, the Ombudsman shall maintain
strict confidentiality as to the source of the concern. The Ombudsman
does not participate in the evaluation of proposals or in the source
selection process. Potential offerors should use established channels
to request information, pose questions, and voice concerns, before
resorting to the use of the Ombudsman. Potential offerors are invited
to contact AAC_s Ombudsman (Dr. Mario J. Caluda, 850-882-5558, e-mail:
caluda@eglin.af.mil). For routine communications concerning this
acquisition, potential offerors are invited to contact Mr. Dennis
Fields, (850) 882-4685, ext 336 for contractual information or Mr.
Byron J. _Chip_ Wolfe (850) 882-4684, ext 318 for programmatic
information. Collect calls will not be accepted. Posted 02/04/00
(D-SN421767). (0035) Loren Data Corp. http://www.ld.com (SYN# 0234 20000208\45-0001.SOL)
45 - Plumbing, Heating and Sanitation Equipment Index Page
|
|