Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
SOURCES SOUGHT

Z -- Equipment Removal

Notice Date
4/12/2018
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
173FW_SS_2
 
Archive Date
5/12/2018
 
Point of Contact
Joel Sire, Phone: 541-885-6181
 
E-Mail Address
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 2. The 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 System (NAICS) Code is 238290 which has a corresponding Size Standard of $15 Million. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in any business, including 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. 3. Requirement a. Kingsley Field, Klamath Falls, OR has and old abrasive blast room and dust collector that needs to be removed. Contractor shall supply all labor, material, and equipment to complete the dismantling of one Pauli Systems abrasive blast room and dust collector. The dismantle will consist of unhooking all fire suppression lines, compressed air lines, electrical connections, and breathing air lines to the booth. All air piping and electrical lines will be terminated in compliance with OSHA, NEC, and NFPA guidelines. All ducting will be removed between the blast room, dust collector and cyclone media reclaimer. The blast room lights, electrical panel, interior hose racks, hoses and ancillary items will all be removed. All of the hoses and control lines will be removed from the blast generator and cyclone media reclaimer. The blast room doors and enclosure will be dismantled and stacked in an area designated by the government. The dust collector with blower motor, and blast generator storage hopper and cyclone will be dismantled and place in the designated area for packing. Once all the equipment is removed from the area all anchoring bolts will be cut flush with the floor and driven down below the surface so they can be filled with patch compound. Ducting hole will be patched, however, any painting to match will be provided by the government. The patch will be a flat sheet of metal. 4. Interested parties are requested to submit the following information to assist the Government in developing the acquisition strategy. Please submit this information to the contracting office via email as soon as possible but not later than 27 April 2018: a. Company Representative b. Address c. Telephone d. Email Address e. DUNS Number f. CAGE Code and/or Tax ID Number g. Socioeconomic Status (Large, Small, Small Disadvantaged, etc.) h. White Paper. Please provide a brief White Paper describing the company capabilities for the following (to utilize the services of sub-tier vendors or subcontractors, please include similar information for those vendors or subcontractors too): i. Past production experience. j. Description of similar services offered to the Government and to commercial customers within the last three years. 5. Disclaimer. This Sources Sought does not constitute a commitment, implied or otherwise, that a procurement will be accomplished and responding to this request in no way guarantees a contract will be awarded to the respondent. The information provided is to the best of the Government's knowledge of plans, desires, and general situation as it exists at the time of the Sources Sought Synopsis. This requirement is in the planning phase and, therefore, all information is subject to change.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/173FW_SS_2/listing.html)
 
Place of Performance
Address: Kingsley Field ANGB, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN04886919-W 20180414/180412230642-e50fe28d8dcf18ece266878ddba22149 (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.