Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2009 FBO #2690
SOLICITATION NOTICE

39 -- This Sources Sought Synopsis dated April 6, 2009 replaces the Sources Sources Synopsis dated 1 April 2009 to Upgrade the Explosive Bunkers at Travis AFB, CA

Notice Date
4/6/2009
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-09-R-7924
 
Archive Date
10/1/2009
 
Point of Contact
Deloris Cotton-Smith,, Phone: 937-656-7487
 
E-Mail Address
deloris.cotton-smith@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought Synopsis is to determine if there are any businesses available who are capable of performing the effort described herein. The Aeronautical Systems Center (ASC) at Wright Patterson Air Force Base is seeking sources to provide the following: Remove two existing 463L transfer vehicles (TVs), two 463L powered right-angle transfer vehicles, 40 463L storage conveyors, six lanes of 463L powered roller conveyors, and 463L multi-pallet lift with powered conveyor deck and scale and replace in kind with the following: two 463L transfer vehicles, two 463L powered right-angle transfer conveyors, 40 463L storage conveyors, six lanes of 463L powered roller conveyors, one 463L multi-pallet lift along with powered roller deck and scale and associated controls located at Travis Air Force Base, CA. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This is in support of market research being conducted by ASC to identify capable potential sources. Contractors responding to this shall submit the following information to: Deloris Cotton-Smith, email: Deloris.cotton-smith@wpafb.af.mil. Response Date: April 14, 2009. 1:30 EST either by e-mail (above) or postal to: Deloris Cotton-Smith, ASC/PKESM, Bldg 16, Rm 128, 2275 D Street, Wright-Patterson AFB, OH 45433-7228. Required Submittal: Contractors must submit, by the due date listed above, the following: 1. A brief introduction into the company, including CAGE Code, business size and a summary of related capabilities information based upon the contract experience with Government or commercial customers listed below. 2. A summary of relevant contract experience, include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and company's web page, if applicable). Submitted information shall be UNCLASSIFIED. 3. Evidence that items provided will be commercial, non-developmental in accordance with FAR Part 12. 4. Any other information you think we need to evaluate your capabilities. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposal nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Experience Documentation: The vendor shall provide a summary of experience, within the last five years, in the design, manufacture, installation, acceptance and current customer operation of 463L Transfer Vehicles, 463L pallet conveyor systems and a 463L multi-pallet lift. The vendor shall have been the prime contractor for the project or the prime subcontractor for a 463L TV system if the project was part of larger construction project. Each completed 463L TV system shall have a minimum capacity of 10,000 pounds per unit load and a minimum horizontal transfer speed of 200 feet per minute to be considered relevant to this acquisition. The TV system shall be able to transfer 10,000 pound pallets to and from storage conveyors which will hold one or more 463L pallets. All powered conveyors shall have a minimum capacity of 10,000 pounds per unit load. The 463L multipallet lift shall have a capacity of 52,000 pounds and a travel stroke of 108 inches. The 463L TV and conveyor systems shall be operational on the date the solicitation is issued. As a minimum, the summary shall include the following information for the projects proposed as relevant experience: Customer Company Name Installation Location Date of Customer Acceptance Is the system still in use? Company responsible for 463L transfer vehicles (TVs), 463L, 463L pallet powered conveyor systems and 463L multi pallet lift. Equipment furnished with the system Include all major components Specify capacity and speed for TVs Specify capacity for the conveyors and lifts Name of Customer Contact Telephone and Fax Number of Customer Contact E-mail of Customer Contact The Government reserves the right to contact additional customers to obtain information that will be used to evaluate the vendor's experience. Contract Details: This acquisition will be open to all type businesses, meeting the Contractor Experience criteria, using commercial buying procedures. Commercial item and non-developmental items are procured under FAR Part 12 procedures. A firm-fixed price type pricing arrangement will be utilized. NAICS Code is 333999. Size standard is 500 employees. A standard warranty, FAR 52.246-17, Warranty of Supplies of a Non-Complex Nature will be included (45 day notice, 365 day warranty). A: COMPONENTS: The system design is subject to change. The primary components of the system include: 1. Two TVs with conveyor decks capable of handling one 463L pallet (88 inches by 108 inches with maximum normal height of 108 inches and maximum normal gross weight of 10,500 pounds). The TVs shall be capable of manual operation (operator interface via buttons and joysticks on the TV), and shall also have a maintenance mode. TVs will operate both outside and inside building and will need to accommodate overhead doors in the controls. 2. Two powered right-angle transfer conveyors capable of accepting and transferring a 463 loaded pallet as stated above to and from 10-K forklift and TV. 3. Storage conveyors on either side of the TV totaling 40 (10 on each side of the two TVs) The storage conveyors are 128 inches long, powered by the TV extractor, and have decking between the rollers. 4. Six lanes of powered roller conveyor that will interface with K-Loaders. Conveyors will be located both outside and inside building and will need to accommodate overhead doors in the controls. Conveyor lanes are approximately 120 feet long and 112 inches wide. 5. A multipallet build-up and breakdown station in an existing pit. This has a powered roller conveyor deck with a built-in scale with center-of-balance for weighing multipallet trains up to 38 feet long. Travel stroke will be approximately 108 inches. B. NOTABLE DETAILS 1. All equipment shall meet seismic zone 4 requirements. 2. Conveyors shall be galvanized. TVs shall be painted safety yellow. CCR Registration: http://www.ccr.gov/Start.aspx If you are a business interested in doing business with the U.S. Federal Government, you must be registered in CCR. It is advisable to begin registration now.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b312ced1d10dcc70459466416d7b41a2&tab=core&_cview=1)
 
Place of Performance
Address: 60 APS, 90 Ragsdale St, Bldg 977, Travis Air Force Base, CA, Fairfield, California, 94535-2941, United States
Zip Code: 94535-2941
 
Record
SN01786734-W 20090408/090406220810-b312ced1d10dcc70459466416d7b41a2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.