SOLICITATION NOTICE
54 -- Shelter Assemblies for MWMSS
- Notice Date
- 12/13/2013
- Notice Type
- Presolicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI)(JMTC-RIA), Rodman Avenue Bldg 210, 1 Rock Island Arsenal, Rock Island, IL 61299-5000
- ZIP Code
- 61299-5000
- Solicitation Number
- W9098S14R0002
- Response Due
- 2/10/2014
- Archive Date
- 3/12/2014
- Point of Contact
- Sabrina Lowe, 309-782-1598
- E-Mail Address
-
ACC - Rock Island (ACC-RI)(JMTC-RIA)
(sabrina.l.lowe.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Pre-Solicitation Synopsis for the Army Contracting Command - Rock Island (ACC-RI, CCRC-IJ) for solicitation W9098S-14-R-0002, which serves as notification to industry of the procurement of one side expandable International Standard Organization (ISO) shelters for the Metal Working and Machining Shop Set (MWMSS) program in support of Roc Island Arsenal - Joint Manufacturing & Technology Center (RIA-JMTC) production. The anticipated date for contract award is on/about 28 March 2014. The MWMSS shelter shall be a one sided expandable shelter with a gross weight capacity in excess of 26,000 lbs. It incorporates a bail hook on one end to allow it to be lifted/ dragged up onto military vehicles that include a Palletized Load System (PLS) and Load Handling System (LHS). The shelter floor shall be designed to accommodate the placement and bolting down of a lathe or mill depending on which type of MWMSS is being built (Type 1 or Type 2). The shelter shall provide for a personnel entry door as well as larger door openings that allow for the insertion and removal of the lathe or mill equipment during production or replacement requirements. The shelter shall allow for the installation of a military standard generator (Type 1) and the Environmental Control Unit (ECU) (type 1 or 2). The shelter shall have a interior wall that isolates the generator bay / storage bay area from the rest of the internal area used by military personnel conducting metal working and machining operations. The shelters shall include an Original Equipment Manufacturer (OEM) standard commercial warranty. In addition, Field Service Representative (FSR) support would be required at any location in the Continental United States. This support is beyond what is required under the terms of the commercial warranty provided by the OEM for the shelter. The contractor is responsible for providing technical/maintenance support (parts and labor) for the Shelter provided under this contract to include; installation, troubleshooting, repair and basic operation of the Shelter. This part of the requirement will be considered cost reimbursable. The proposed action is for a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed-Price contract. The guaranteed minimum and maximum will be defined in the solicitation. The NAICS code for this procurement is 332311 (Prefabricated Metal Building and Component Manufacturing) The proposed action is 100% Small Business Set-Aside. Hard copies of the TDP and solicitation will not be issued. If your company is interested in the planned procurement, it is advised that you monitor the Federal Business Opportunities (FBO) websites at http://www.fbo.gov and/or Army Single Face to Industry at https://acquistion.army.mil. Inquiries / questions concerning this pre-solicitation notice maybe emailed to Sabrina Lowe at sabrina.l.lowe.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/07789ac74a05c0f958e013c670853d3c)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI)(JMTC-RIA) Rodman Avenue Bldg 210, 1 Rock Island Arsenal Rock Island IL
- Zip Code: 61299-5000
- Zip Code: 61299-5000
- Record
- SN03251896-W 20131215/131213234752-07789ac74a05c0f958e013c670853d3c (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 |