SOURCES SOUGHT
38 -- Cassette Sweeper Brush - JBER Elmendorf
- Notice Date
- 3/23/2020 9:33:16 AM
- Notice Type
- Sources Sought
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- FA5000 673 CONS LGC JBER AK 99506-2501 USA
- ZIP Code
- 99506-2501
- Solicitation Number
- FA500020QSIBB
- Response Due
- 3/31/2020 5:30:00 PM
- Archive Date
- 04/15/2020
- Point of Contact
- Michael Grant, Michelle Shoshone
- E-Mail Address
-
michael.grant.25@us.af.mil, michelle.shoshone@us.af.mil
(michael.grant.25@us.af.mil, michelle.shoshone@us.af.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- THIS IS A Sources Sought Notice ONLY. The U.S. Government desires 2 or more qualified Service Disabled Veteran Owned Small Businesses to respond to this sources sought synopsis with information sufficient to support a set-aside who have the ability to provide Runway Cassette Brushes to JBER, AK. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more Service Disabled Veteran Owned Small Businesses do not respond with information to support the set-aside. We encourage all qualified Service Disabled Veteran Owned Small Businesses to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 333120- Construction Machinery Manufacturing with a size standard of 1,250 employees. Some of the Salient Characteristics Include: 1. One set shall consist of the proper amount of cassettes sections to fill the entire core. 2. Cassettes will be no more than 33"" in length. 3. Each cassette section shall contain 20 tufts of .45 mm wire. 4. Length of each tuft shall be 11 inches from the top of the cassette strip to the tip of the wire bristle. Each tuft shall consist of 140 pieces of zinc coated steel wire, quality grade of ""C"". 5. Cassette sections shall be a polyurethane formed cup, which extends up the length of the tuft no less than 3"" for support. 6. Distance between the centers of each cup shall be a maximum of 41.5mm for better sweeping action at full angle and when broom head is at less than full angle. 7. The wire shall be electro-galvanized, hard drawn crimped steel bent in a 'U' shape. 8. The wire will be held in place by a 1/8"" diameter steel rod running full length of the cassette. 9. Replacement cassettes shall fit in the factory installed SIB cores. 10. Cassette shipping containers will be constructed in a fashion that eliminates any possibility of bent wires and is stackable up to 4 containers high to maximize storage capacity. 11. The bristles shall be suitable for use in temperatures seen at the altitude of the airport and be guaranteed for a period of one year and one full use of the bristles should last between 100-120 hours or down to the maximum wear. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8 (a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Information regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements. If interested submit information no later than 4:30 PM Alaska Standard Time, Tuesday, 31�March 2020 via email to Michael Grant, Contract Specialist at michael.grant.25@us.af.mil. If a solicitation is issued, it will be announced at a later date. Thank you in advance for your response to this Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0abb10cb50674a5e9d4510b9c061b43b/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN05597972-F 20200325/200323230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |