Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2016 FBO #5284
SOURCES SOUGHT

C -- JASSM Mount - Sources Sought

Notice Date
5/10/2016
 
Notice Type
Sources Sought
 
NAICS
332323 — Ornamental and Architectural Metal Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581, United States
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-16-Q-0052
 
Archive Date
6/2/2016
 
Point of Contact
Chandler H. Johnson, Phone: 3256962308, Erika L. Thornton, Phone: 325-696-1072
 
E-Mail Address
chandler.johnson.2@us.af.mil, erika.thornton.1.@us.af.mil
(chandler.johnson.2@us.af.mil, erika.thornton.1.@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought and images. SOURCES SOUGHT ANNOUNCEMENT FOR JASSM MOUNT THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTATION OR AN ANNOUNCEMENT OF A SOLICITATION. This sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The 337th Test and Evaluation Squadron, Dyess AFB, TX, requires mounting of an inert AGM- 158 munition under the following specifications: mounted on a 12-inch diameter pole, minimum of 58" above ground, to simulate a successful launch release from a B-1B. This work request includes installation of a 12-inch diameter pole outside building 5015, 966 Ave D-2. In order to support the pole and the weight of the munition, the pole will need to be mounted in concrete. The contractor will be responsible for mounting the munition to the pole. The munition will be mounted at a 45-degree angle with wings extended to simulate in flight. The pole must be a minimum of 1/4" outside wall diameter, and a minimum of 58" above the ground. The pole will need to be able to support the 2300-lb static display munition. The munition is 168 inches long, with a wingspan of 120 inches fully extended. The pole will be installed 11 feet (on center) from the west edge of the sidewalk, and 27 feet, 6 inches (on center) from the building to align with the existing display munition on the east side of the sidewalk. If you have any questions, please contact A1C Chandler Johnson (Contracting Administrator) by phone at 325-696-2308 or by email at chandler.johnson.2@us.af.mil. Feedback, questions, and comments regarding the attached technical capabilities are welcomed. Interested firms are invited to submit a Statement of Capability (SOC) showing the company's ability to fulfill the requirement described above along with a rough cost estimate. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement may be published on FEDBIZOPPS. Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. Firms responding to this announcement should include a rough estimate for costs, company name, cage code, point of contact, address, phone number, small business size, and indicate whether they are small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. For the purposes of being considered a small business, the following applies: NAICS - 332323, Size Standard - 500 employees. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis. Responses are requested no later than 12:00 P.M. (CST) on 18 May 2016. Direct responses and/or questions to A1C Chandler Johnson, chandler.johnson.2@us.af.mil. Direct expression of interest as well as required documentation should be addressed in writing to the Contract Specialist. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/daf5983465bc8704a11211f1bf07c72c)
 
Place of Performance
Address: 337th Test and Evaluation Squadron Dyess AFB, TX 79607-1916 United States, United States
 
Record
SN04111107-W 20160512/160510234133-daf5983465bc8704a11211f1bf07c72c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.