SOURCES SOUGHT
17 -- Repair and Maintain ITW Military GSE Converteres
- Notice Date
- 7/30/2012
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- FA4659-12-Q-0031
- Archive Date
- 8/18/2012
- Point of Contact
- Antonio B. McCartney, Phone: 7017475314, Jeremiah J Snedker, Phone: (701) 747-5299
- E-Mail Address
-
antonio.mccartney.1@us.af.mil, jeremiah.snedker@us.af.mil
(antonio.mccartney.1@us.af.mil, jeremiah.snedker@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential competitive 100% set aside for 8(a), HUBZone, Service Disabled Veteran Owned Small Business, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a solicitation to repair a Military Ground Service Equipment (GSE) converter. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. Grand Forks AFB, ND is in need of repair for an Illinois Tool Works (ITW) Military GSE, 400 Hertz solid-state converter, 45 to 90 kVA that converts power for aircraft usage. The following are specs for our stand alone units: Input Power: 480 volts, 50 Amps, 60 Hertz. Output Power: 200/115 Volts, 217 Amps, 400 Hertz, 75 kVA, 1 output. We would also like to set up a semi-annual inspection/preventative maintenance service for two (2) converters of the above type. The total period of performance shall be 30 calendar days after award for the repair of the damaged converter and 365 calendar days for the maintenance of the converters. Work to be performed will be within the North American Industry Classification System (NAICS) Code 488190, Other Support Activities for Air Transportation, and the small business standard of $30M. If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to 2LT Antonio McCartney and Mr. Jeremiah Snedker via mail addressed to 319 CONF/LGCA, 575 Tuskegee Airmen Blvd Bldg 418, Grand Forks AFB, ND, fax to (701) 747-4215, or email to antonio.mccartney.1@us.af.mil and jeremiah.snedker@us.af.mil, not later than 1:00 PM CST, 3 August 2012. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-5314 or (701)747-5299 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Request interested firms respond to this notice and include the following in their Capability Statement: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant GSE converter repair experience with a primary focus on Firm Fixed Price (FFP) type contracts and include a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant GSE converter equipment experience utilizing industry standards]. (f) PERCENT OF WORK the firm can commit to accomplishing GSE converter repair and maintenance with in-house (no subcontracted) labor. Interested contractors must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA4659-12-Q-0031/listing.html)
- Place of Performance
- Address: Grand Forks AFB, North Dakota, 58204, United States
- Zip Code: 58204
- Zip Code: 58204
- Record
- SN02820383-W 20120801/120731000404-79f39c6457c83b91637c7c2c69ed451c (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 |