SOURCES SOUGHT
42 -- Sliding balancer track vehicle exhaust removal system - Specification Requirement
- Notice Date
- 7/27/2018
- Notice Type
- Sources Sought
- NAICS
- 423730
— Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56ZTN-18-R-0015
- Archive Date
- 8/25/2018
- Point of Contact
- Amy Bowen, Phone: 4438614751, Sandra A. Anderson, Phone: 4438614756
- E-Mail Address
-
amy.m.bowen.civ@mail.mil, sandra.a.anderson12.civ@mail.mil
(amy.m.bowen.civ@mail.mil, sandra.a.anderson12.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Specification Sheet This is a SOURCES SOUGHT Market Survey. THERE IS NO SOLICATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. Any information submitted by respondents to this synopsis is strictly voluntary. This market survey does not constitute a Request for Proposals (RFP) or a request for sealed bids (IFB), nor does it issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay respondents for any information that they submit in response to this Sources Sought request. The United States Army Contracting Command, Tenant Division, Facilities Branch is conducting this sources sought market survey to determine potential sources capable of providing and installing a Sliding balancer track vehicle exhaust removal system for the Aberdeen Proving Ground Fire Department. The purpose of this Market Research is to identify all sources that can provide all labor, materials, and equipment necessary to put in a working operational and complete turnkey system to remove both diesel and automotive exhaust gases and particulate of operating vehicles within the confines of specified fire station(s). Provide all necessary controls, motors, fittings, ductwork, blower(s), labor, all other equipment and materials specified as outlined in the specification requirements and support all of all technical, operational, safety, installation and security testing requirements. See attached specification sheet. All interested sources shall submit a capability statement. The capability statement shall demonstrate the companies established reputation of system design, turnkey installation and long-term service of Automatic Emergency Response Vehicle Exhaust Removal Systems for a minimum of no less than five (5) years. Shall be a registered corporation, partnership or sole proprietorship within the State where the installation is to take place and shall have a current and valid state contractor's license, if required by the state for the work. All interested sources shall demonstrate the company is supplying equipment from manufacturers that have an established reputation in the business of manufacturing Automatic Emergency Response Vehicle Exhaust Removal Systems. The manufacturer system provided must be a ISO 9001:2000 Certified in the United States www.iso.org, UL and CUL Certified www.ul.com/database/ and certified by the Air Movement and Control Association (AMCA) www.amca.org/search.htm to ensure quality, consistency and reliability of products No prototypes or private label products by other manufacturers will be accepted. Company shall be registered with System for Award Management (SAM). Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Please submit all responses, to include a detailed description of contractor qualifications and experience no later than August 10, 2018 @ 10:00 am eastern time (ET). For questions concerning this sources sought contact Ms. Amy M. Bowen, amy.m.bowen.civ@mail.mil. Please provide any questions no later than August 8, 2018 @ 10:00 AM eastern time (ET). NO TELEPHONE REQUESTS WILL BE HONORED. This is a SOURCES SOUGHT MARKET SURVEY. Contracting Office Address: 6001 Surveillance Loop Bldg. 6001 Aberdeen Proving Ground, Maryland 21005-1846 United States PLACE OF PERFORMANCE: Aberdeen Proving Ground and Aberdeen Proving Ground Edgewood PRIMARY POINT OF CONTACT: Amy M. Bowen, amy.m.bowen.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/09767fc84aeb57eaa3a59c27f519d101)
- Place of Performance
- Address: Aberdeen Proving Ground, APG, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN05011122-W 20180729/180727231157-09767fc84aeb57eaa3a59c27f519d101 (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 |