SOLICITATION NOTICE
99 -- Computer Numerically Controlled & Electrical Discharge Machines (CNC & EDM) - Sources Sought Synopsis
- Notice Date
- 12/29/2014
- Notice Type
- Cancellation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8125-15-R-0012
- Archive Date
- 1/27/2015
- Point of Contact
- Gregory B. Benjamin, Phone: 4057394208
- E-Mail Address
-
Gregory.Benjamin.3@us.af.mil
(Gregory.Benjamin.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Type: Sources Sought Posted Date: 29 Dec 2014 Response Date: 12 Jan 2014; 1500 Hours Central Time Archiving Policy: Automatic, 15 days after response date Archive Date: 27 Jan 2014 Classification Code: "J099" Maintenance and Repair of Miscellaneous Equipment NAICS Code: 811310: Commercial & Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance -------------------------------------------------------------------------------------------------------------------- Synopsis: 1. Purpose: The purpose of this Sources Sought Synopsis is to identify sources interested in this requirement and capable of satisfying the scope of services as detailed below. The Government will use this information to determine the best future acquisition strategy for this procurement. Interested parties are advised to review the notice below, the attached documents, and respond as instructed. The Government is neither obligated to nor will it pay for any information received from potential sources as a result of this notice. This notice is for informational and planning purposes only and does not constitute a solicitation for bids or proposals. It is not to be construed as a commitment by the Government. All documents released prior to the formal RFP are in "DRAFT" status and are subject to change. The "DRAFT" documents are provided to give interested parties a better understanding of the scope and magnitude of this potential requirement. The Government Contemplates the Following: a. The award of a Firm-Fixed-Price Preventative Maintenance(PM) & Time & Materials Remedial Maintenance (RM) contract. b. Firm-Fixed-Price contract type line items for the PM. c. Time & Materials contract type line items for the RM d. A one-year basic period with option years. e. The estimated award date for the contract being in calendar year 2015. Scope of Services: 1. The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation and inspection manuals necessary to perform the CNC & EDM Preventive (PM) and Remedial Maintenance (RM) for the Oklahoma City-Air Logistics Complex (OC-ALC). The Contractor shall also provide Personal Protective Equipment (PPE) and clothing, to include reflective clothing (belt, vest, etc.); hearing and eye protection, to include prescription safety glasses; safety harnesses; fall protection equipment; lifting equipment and any incidentals necessary to perform the requirements of this Performance Work Statement (PWS). The Contractor shall be responsible for insuring all services, parts and Original Equipment Manufacturer (OEM) components provided under this contract are in accordance with (IAW) the terms and conditions outlined herein, conform to the manufacturer's equipment specifications and this PWS. 2. The North American Industry Classification System (NAICS) code for the effort is as follows: 811310 Commercial & Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance 3. Interested Parties Should: a. Provide a corporate capabilities package to include factory certified qualifications to perform PM & RM on the precision welding robots listed above. Vendors must provide technical competence specific to NAICS Code 811310. b. State whether your company is a large or small business under NAICS 811310, which has a corresponding size standard of $7.5M. c. List any barriers to proposed strategy. d. Identify any categories under which you are qualified [e.g. 8(a), including graduation date; HUBZone-certified Small Business; Service-Disabled Veteran Owned Small Business; Women-Owned Small Business; etc.] e. Identify your CAGE Code and DUNS Number. f. State if your interest is to be the prime contractor or a subcontractor. g. Provide your System for Award Management (SAM) registered information: (name, address); point of contact name, phone number, and email address. The Government reserves the right to decide whether a small business set-aside (SBSA) is appropriate, based on response to this notice. Contracting Office Address: 3001 Staff Drive, Post 2S73 Tinker AFB, Oklahoma 73145-3015 Primary Point of Contact: Gregory Benjamin (gregory.benjamin.3@us.af.mil) Secondary Point of Contact: Jennifer Lee (jennifer.lee.17@us.af.mil) Send all responses to the above POCs with the heading "Liburdi Welding Robots PM/RM services for OC-ALC Sources Sought Response"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8125-15-R-0012/listing.html)
- Record
- SN03605300-W 20141231/141229233849-0d5afea04c485bdecdd590a8edc7e2af (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 |