Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,2000 PSA#2532

Department 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