SOURCES SOUGHT
39 -- Receiving Storage and Distributuion Systems (RS/DS) requiring design, fabrication, installation, orientation, and test requirements - Drawings Receiving Storange and Distribution System (RS/DS) - Mt Home AFB - Receiving Storage and Distribution Systems (RS/DS)- Mt Home AFB
- Notice Date
- 3/2/2012
- Notice Type
- Sources Sought
- NAICS
- 333922
— Conveyor and Conveying Equipment 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
- F4FFCX2013B001
- Archive Date
- 3/31/2012
- Point of Contact
- Brenda M. Hicks, Phone: 9376567389
- E-Mail Address
-
brenda.hicks@wpafb.af.mil
(brenda.hicks@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Appendix J DRAFT Appendix I DRAFT Appendix H DRAFT Appendix G DRAFT Appendix F DRAFT Appendix E DRAFT Appendix D DRAFT Appendix C DRAFT Appendix B DRAFT Appendix A DRAFT Cover PD TMHA01 Receiving Storage and Distribution Systems (RS/DS) THIS IS A SOURCES SOUGHT NOTICE. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The purpose of this Sources Sought is to determine the small business manufactures available that are capable of producing the items described herein. The United States Air Force, ASC/PKESN, Wright-Patterson AFB, OH, is seeking sources to design, fabrication, installation, orientation, and test requirements for a Receiving, Storage and Distribution System (RS/DS) in the Logistics Readiness Center at Mt Home Air Force Base Idaho. The project includes design, fabrication, installation, and test requirements for a 463L pallet elevated storage platform, design, fabrication, installation, and test requirements for a vertical reciprocating conveyor system, design, fabrication, installation, orientation, and test requirements for a 463L pallet gravity roller conveyor system, design, fabrication, installation, orientation, and test requirements for a vertical storage column system, design, fabrication, installation, and test requirements for a pallet rack, design, fabrication, installation, orientation, and test requirements for a rail guided order-picker system, design, fabrication, installation, and test requirements for 2 rider-reach vehicle system, design, fabrication, installation, and test requirement for a wide-span shelving system, design, fabrication, installation, and test requirements for cantilever rack/pipe bar stock rack, and design, fabrication, installation, and test requirements for a gravity roller conveyor (GRC) system. A more detailed description can be found in the draft attachments on www.FBO.gov. Draft drawings are in AutoCad2008. You must have this version or a compatible viewer. Any offerors proposing an "or equal" product to the above components should submit product information concerning the "or equal" product. This notice information is to support market research being conducted by ASC/PKESM to identify capable potential sources and the feasibility of using a small business set-aside in accordance with FAR Part 19. Contractors responding to this shall submit the following information to: Brenda Hicks email brenda.hicks@wpafb.af.mil. Response Date: 16 March, 2:00 p.m. EST either by email (above) or postal. Brenda Hicks ASC/PKESM 2275 "D" Street Bldg 16, Room 128 Wright-Patterson AFB, OH 45433 Com: (937)656-7389 DSN: 986-7389 Required Submittal: Contractors should submit, by the due date listed above, the following: 1.Company Information to include: a.Points of contact, addresses, email addresses, phone numbers. b.Identification as a large U.S. business, small U.S. business, or a foreign business. 2.A summary of your related capabilities information based upon the Contractor Requirements required below. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements including company CAGE Code or DUNS Number, business size and description of relevant contract experience with Government or commercial customers. Limit responses to a total page limit of 5-7 pages in a Microsoft Word compatible format. 3.Address your approach to how the work would be provided as requested above. 4.Provide no more than five contract history matrices for any contract relevant to this effort. (Include information about current work or work completed within 3 years of date of this notice) For all current or past contracts deemed relevant, provide the following administrative reference information. (There is no page limit for this requirement.) a.Company/Division Name b.Program Title c.Contracting Agency d.Contract Number e.A brief description of the contract effort, indicating whether it was development and/or production f.Type of Contract g.Delivery Date h.Original Contract & Value and Current Contract & Value i.Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) and Procuring Contracting Officer (PCO). 5.Any other information you think we need to evaluate your capabilities. Submitted information shall be UNCLASSIFIED. Contract Details: Commercial items and non-developmental items are procured under FAR Part 12 procedures and the Air Force anticipates conducting a competitive acquisition for this effort. This effort is expected to result in a Firm Fixed Price contract with an anticipated period of performance of 180 days. The applicable North American Industry Classification System (NAICS) Code is 333922. Small Business Size standard is 500. Firms should only respond to this sources sought notice if they are a small business manufacturer of the items being procured for this project. For this procurement a small business is a concern, with its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is proposing on Air Force contracts, whose average number of employees for the three preceding fiscal years does not exceed 500 (See FAR 19.101). The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition base upon responses to this notice. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought 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 Proposals 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. Respondents should not construe this notice as a commitment by the Air Force for any purpose. All responses should be received no later than 16 March 2012, 2:00 PM (EST).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FFCX2013B001/listing.html)
- Record
- SN02688034-W 20120304/120302234845-02c9ce36d2157076d14cc7abce0c457c (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 |