SOURCES SOUGHT
23 -- Mobile Power Unit
- Notice Date
- 8/17/2016
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T2AK6207A002
- Archive Date
- 9/6/2016
- Point of Contact
- Korena Jones, Phone: 8508837459
- E-Mail Address
-
korena.jones@us.af.mil
(korena.jones@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing a Mobile Power Unit. See specifications below: CHECK LIST OF TRAILER MOUNTED OPTIONS ALL BASE UNITS INCLUDE THE FOLLOWING STORAGE: IN FRAME STORAGE FOR: SUCTION HOSES, EXTENSION PLANKS, PLANK SUPPORTS. OUTSIDE STORAGE FOR: MANHOLE RING, MANHOLE GUARD SLIDE OUT STORAGE DRAWER FOR: SUBMERSIBLE WATER PUMP. SELF-STORAGE FOR: BLOWER HOSE. IN BODY STORAGE FOR: DISCHARGE WATER HOSES, CORDS, STRAINERS, ETC. BASE CONTROL BOX TO INCLUDE THE FOLLOWING: MAIN BREAKER, 3/EACH 120 VAC 20 AMP GFI DUPLEX RECEPTACLES WITH 20 AMP BREAKERS, 1-12VDC METER, 2-AMMETERS AC 0-75, 1-VOLTMETER AC 0-300, 1-FREQUENCY METER, 1-HOUR METER, 10 AMP 12 VDC CIRCUIT BREAKER, 1-220VAC GFI PROTECTED RECEPTACLE, START/STOP SWITCH, PANEL LIGHT. STANDARD COLORS: HIGHWAY SAFETY YELLOW_X___ GENERATOR POWER SYSTEM OPTIONS: QTY. DESCRIPTION ( X ) KUBOTA/MARATHON, 12 KW, SINGLE PHASE 120/240 VAC GASOLING FUELED (OR EQUIVALENT) GASOLINE AND DIESEL SYSTEMS (INCLUDES FUEL GAUGE) ( X ) FUEL INJECTED SYSTEM 40 GALS. (TWO 20 GAL. TANKS) ( 2 ) LOCKING GAS CAPS BRAKING AND TOWING OPTIONS STANDARD AXLE: 6000 LB. BEAM/ 3500 LBS. EZ-LUBE SPINDLES/ WHEEL 15", 5 LUGS ON 4 ½ CENTERS. ( X ) NO BRAKE SYSTEM WITH ADJUSTABLE 3" LUNETTE EYE. ( 2 ) SAFETY CHAIN ASY. 5/16 X 34" LONG WITH SAFETY HOOKS. ( X ) LANDING JACK WITH 36" STEM AND STEEL WHEEL. ( X ) TRAILER LIGHTS (PETERSON BRAND) VENTILATION/ HEATING/ COOLING SYSTEMS AND OPTIONS ( X ) BLOWER 2 SPEED WITH HOT WATER HEAT EXCHANGER. ( X ) BLOWER HOSE 8" X 25' ( NON-INSULATED ) COMPRESSED AIR SYSTEMS AND OPTIONS ( X ) DUAL 1 HP OILLESS, 6.7 C.F.M. @ 100 P.S.I. ( 125 PSI MAX. ) ( X ) AIR CONNECTOR (NO HOSE REEL) WATER PUMPING SYSTEMS AND HOSE OPTIONS ( X ) SUBMERSIBLE 110 VAC, 1.1 HP, 2" DISCHARGE, 90 GPM, 25 LBS. ( X ) HOSE DISCHARGE 2" X 25' WITH QUICK CONN. BOTH ENDS. SAFETY AND WORK LIGHTING OPTIONS ( X ) ONE FLOODLIGHT 500 WATT WITH MAGNETIC BASE AND 12' RECOIL TYPE CORD. ( X ) WORKLIGHT 36 WATT FLUORESCENT, WITH 25'CORD. ACCESSORIES OPTIONS ( X ) WHEEL CHOCK ASY. PAIR WITH STORAGE. ( RUBBER )F ( X ) JIB CRANE WITH STABILIZER, 500 LBS. LIMIT SWITCH WITH TOTAL REACH OF 72" WITH REMOTE All interested vendors shall submit a response demonstrating their capability to provide this item to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is NAICS 335312, Motor and Generator Manufacturing, Size Standard-1,250 employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: korena.jones@us.af.mil. All correspondence sent via email shall contain a subject line that reads " Mobile Power Unit." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 12:00 P.M. (CST) ON 22 August 2016. Direct all questions concerning this requirement to Ms. Korena Jones at korena.jones@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1fa62fd92d2fcaa3ece7e04859d160ce)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04228758-W 20160819/160817235559-1fa62fd92d2fcaa3ece7e04859d160ce (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 |