SOURCES SOUGHT
36 -- Modernization of Two (2) Drive-Through Blast Booths (DTBB) - Draft Performance Specifications
- Notice Date
- 11/19/2014
- Notice Type
- Sources Sought
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8224-15-R-0009-Sources-Sought
- Archive Date
- 1/3/2015
- Point of Contact
- Sean M. McDonough, Phone: (801)-777-8651, David L Lovett, Phone: 801-775-5332
- E-Mail Address
-
sean.mcdonough.1@us.af.mil, david.lovett@us.af.mil
(sean.mcdonough.1@us.af.mil, david.lovett@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- CDRL A008 CDRL A007 CDRL A006 CDRL A005 CDRL A004 CDRL A003 CDRL A002 CDRL A001 Building 847 Existing Layout Building 844 Existing Layout Draft Performance Specifications for Modernization of Two (2) Drive-Through Blast Booths (DTBB) Located in Buildings 844 and 847 MODERNIZATION OF TWO (2) EXISTING DRIVE-THRU BLAST BOOTHS SYSTEM Sources Sought Synopsis 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposal nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government Review. 1.1. PURPOSE: This purpose of this Sources Sought Synopsis is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 333249 which has a corresponding size standard of 500. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. If you identify your company as a Small Business please indicate (with supporting rational) how your company would be Small Business given the restrictions identified in subparagraph (b)(1) of FAR Clause 52.219-14 (which states that at least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern) based on prescribing language of FAR 19.508(e) and 19.811-3(e) Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. PROGRAM DETAILS: The Modernization of Two (2) Existing Drive-Thru Blast Booths System (DTBBs) shall include all freight and handling charges, incidental on-site demolition, removal and disposal of related equipment, full turn-key assembly, retrofit of existing equipment, facility and utilities, installation of new components and manufacturer start-up of the DTBBs. Attached is a draft purchase specification for the DTBB. 3. INDUSTRY DAY: Interested parties are invited to attend an Industry Day on 10 Dec 2014 at 2:00 pm - 4:00 pm Mountain Standard Time (MST). To schedule attendance, contact Paul Neumann at phone number (801) 775-5934 or email paul.neumann@us.af.mil no later than 4 Dec by 12:00 pm MST. Your company will not be allowed to exceed the two (2) individual representation limits. You will need to provide Driver's License or ID card number and two-digit state of issue to schedule and attend event. This may be the only opportunity to view the facilities and existing DTBBs. Questions from Industry Day will be accepted electronically by the Contracting POC listed below. The Government will post responses to industry questions to the Federal Business Opportunities (FBO) website. Interested parties are requested to check this website periodically for updates and most current information. 3.1 Government Request: Interested parties are requested to submit a letter of interest, brief statement of current capability and responses to the attached Contractor Capability Questionnaire (CCQ). The Government will use this information to determine the best acquisition strategy for this procurement. Email responses are preferred and may be submitted to the Contracting POCs. Please limit your submissions to ten pages in PDF or Microsoft Word Format. Please email or mail submissions to Contracting POCs listed in Part IV by 12:00 pm MST, 19 Dec 2014.   CONTRACTOR CAPABILITY QUESTIONNAIRE Part I. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact a. Name b. Telephone # c. Email address 4. Physical Address: 5. Web Page URL: 6. Provide you company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, it a woman owned business, small disadvantaged business, 8(a) business, HUB Zone business, Serviced Disabled Veteran Owned Business, etc. Part II. Capability Survey Questions 1. Provide your suggested NAICS code. 2. Are you anticipating your company to be a prime contractor or a subcontractor? 3. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. b. Will the prime contractor perform at least 50% of the cost of the manufacturing the supply and/or total contract cost? c. Does the prime contractor qualify as a small business? Part III. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's capabilities and experience in manufacturing and installing blast booth equipment. Additionally, describe any products or capabilities that you believe would be beneficial for this project. 3. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Part IV. Modernization of Two (2) Existing Drive-Thru Blast Booths System 1. What aspects, tolerances, and/or parameters in the purchase specification may be unnecessary or difficult to achieve? 2. Are there any aspects of the purchase specification that are unclear or ambiguous? 3. Are there any elements that appear to have been left out or are not addressed which could cause risk to project success? 4. What elements will be the largest cost drivers? 5. What elements in the Purchase Specification do you see as risk? Email responses in PDF or Microsoft Word format are preferred. Interested offerors should send a response to the sources sought inquiry and the questions listed above to the point of contacts below. Responses should be submitted by 1200 pm MST, 19 Dec 2014. Primary Point of Contact Alternate Point of Contact OO-ALC/PZIMB OO-ALC/PZIMB Sean McDonough David Lovett Contract Negotiator Contracting Officer 6038 Aspen Ave. Bldg. 1289 2nd Flr 6038 Aspen Ave. Bldg. 1289 2nd Flr Phone: (801) 777-8651 Phone: (801) 775-5332 Email: sean.mcdonough.1@us.af.mil Email: david.lovett@us.af.mil The information provided is for the Air Force's market research and is given understanding the AF has no obligation to pay for the information. The information may be used in developing a request for proposals (RFP) but does not obligate the AF to issue an RFP or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-15-R-0009-Sources-Sought/listing.html)
- Place of Performance
- Address: Buildings 844 and 847, Hill Air Force Base, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03577173-W 20141121/141119234606-0c44daebe74e045b957f3043975e37db (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 |