SOLICITATION NOTICE
40 -- Inspections, maintenance and repairs to Fort Braggs Advanced Airborne School (AAS) 34 Jump Tower Cables, Anchor Line assemblies and Jump Tower Trolley assemblies.
- Notice Date
- 6/21/2010
- Notice Type
- Presolicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-10-T-0090
- Response Due
- 7/21/2010
- Archive Date
- 9/19/2010
- Point of Contact
- CPT David O. Christ, 910-396-5111
- E-Mail Address
-
Fort Bragg Contracting Center
(david.o.christ@conus.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis for Inspection, Maintenance and Repair of 34 Foot Jump Tower Cables, Anchor Assemblies, Jump Tower Trolley Assemblies Fort Bragg, North Carolina The Mission and Installation Contracting Command (MICC) Center Fort Bragg, Fort Bragg, North Carolina intends to release a solicitation for semi-annual inspections, maintenance and repairs to Fort Braggs Advanced Airborne School (AAS) 34 Jump Tower Cables, Anchor Line assemblies and Jump Tower Trolley assemblies as required. Jump Tower Cables and Anchor Assemblies: The Contractor shall provide supervision, personnel, equipment, tools, materials, services, transportation, and other items as necessary to inspect, perform maintenance, and repair all 7/8 Zip Line and Brake Line Cables, and all 3/4 Wire Rope Cables for the Advance Airborne School located at the Advance Airborne School 34 foot Jump Towers, Fort Bragg, NC 28310. All cable inspections, maintenance, and repairs shall meet strict requirements outlined in the EM 1110-2-3200 (www.emilitarymanuals.com/civilworksengineer.html)and Technical Exhibits A and B (See attached). Jump Tower Trolley Assemblies: The Contractor shall provide supervision, personnel, equipment, tools, materials, services, transportation, and other items as necessary to inspect, perform maintenance, fabricate and/or repair six Jump Tower trolleys for the Advance Airborne School located at the Advance Airborne School 34 foot Jump Towers, Fort Bragg, NC 28310. All trolley inspections, repairs and fabrication will meet strict requirements outlined in attached Technical Exhibits. The requirement will consist of a 1-year base period and four 1-year option periods. The anticipated start date is on or about 1 August 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 333923, Overhead Traveling Cranes, Hoist and Monorail System Manufacturing. The small business size standard is 500 Employees. This action will be conducted as a service acquisition in accordance with FAR Part 12 and 13 procedures. This procurement is 100% set aside for small business concerns. Quality Assurance standards is in accordance with established performance criteria and delivery acceptance is based on the XVIII Airborne Corps Mission Safety Manager or Garrison Safety Managers technical inspection and determination of acceptable standards for safe operation of the 34 Foot Towers for safe training. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Due to the technical nature of this requirement the Mission and Installation Contracting Command (MICC) Center Fort Bragg is giving potential quoters an opportunity to review the Draft Performance Work Statement (PWS) for Inspection, Maintenance and Repair of 34 Foot Jump Tower Cables, Anchor Assemblies, Jump Tower Trolley Assemblies. Questions in regards to the Draft PWS may be submitted via email at david.o.christ@us.army.mil. All submissions should be clearly marked Question(s) for Draft PWS for Inspection, Maintenance and Repair of 34 Foot Jump Tower Cables, Anchor Assemblies, Jump Tower Trolley Assemblies. The questions received will further assist the Government in the development of a more technically accurate PWS. The Government anticipates issuing Request for Quote (RFQ) number W91247-10-T-0090, on or about July 01, 2010 with a tentative closing date of Jul 21, 2010. The RFQ and amendments will be available for downloading at the Army Single Face to Industry website at https://acquisition.army.mil/asfi. Potential contractors are responsible for monitoring this site for release of the solicitation package and any amendments. All contractors must be registered with the Central Contractors Registry (CCR) per FAR 52.204-7, Central Contractor Registration. Contractors must also complete the Online Offeror Representations and Certifications at www.bpn.gov prior to submitting an offer. No paper copies of the solicitation will be mailed and telephone requests will not be honored. The point of contact for this announcement is CPT David Christ, Contract Specialist and Ms. LaTanya Johnson, Contracting Officer. Please address all questions via electronic mail to david.o.christ@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2916e7af8378a9b8a51d728413da94f4)
- Place of Performance
- Address: Fort Bragg Contracting Center Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN02183311-W 20100623/100621234850-2916e7af8378a9b8a51d728413da94f4 (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 |