SOURCES SOUGHT
95 -- Staircase and Dumb Waiter for Reactor
- Notice Date
- 3/31/2020 11:17:20 AM
- Notice Type
- Sources Sought
- NAICS
- 332323
— Ornamental and Architectural Metal Work Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-20-X-0AP1
- Response Due
- 5/1/2020 12:00:00 PM
- Archive Date
- 05/02/2020
- Point of Contact
- Lester Croft, Wilson Au
- E-Mail Address
-
lester.c.croft.civ@mail.mil, wilson.w.au.civ@mail.mil
(lester.c.croft.civ@mail.mil, wilson.w.au.civ@mail.mil)
- Description
- The U.S. Army Contracting Command � New Jersey, on behalf of U.S. Army Combat Capabilities Development Command � Armaments Center (CCDC AC), the Propulsion Technology and Prototyping Division at Picatinny Arsenal, NJ, is in need of contractor support to design, fabricate, and install stairs, platform, and a dumb waiter for the recently installed reactor which is approximately 3 feet deep, 5 feet wide, and 25 feet tall.� BACKGROUND: The first platform fabricated will be approximately 7 feet off the ground and the second platform, 15 feet.� Stairs are needed to access the platforms and a dumb waiter is needed to hoist chemicals from the floor to either platform as needed. Stairs and platforms are needed to operate the reactor in a safe manner acceptable to the chemical industry. The dumb waiter will be used for hoisting chemicals and equipment and must allow the operator from either platform to lift in place safely. The dumb waiter must be capable of hoisting a 5 gallon pail weighing 50 pounds.� The stairs and platform must be fabricated of material, such as steel, that is conductive to prevent buildup of static electricity. The applicable NAICS code for this requirement is NAICS Code: 332323� Ornamental and Architectural Metal Work Manufacturing- Staircases, metal, manufacturing, �with a Small Business Size Standard 500 in employees. The Product Service Code is 9540 Structural Shapes.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. VENDOR QUESTIONNAIRE: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: Company Name Company Address / Country Represented / Website Company point of contact and phone number Business Size ((i.e. large, small, disadvantaged, veteran owned, woman owned, ) number of employees, CAGE Code / DUNS Number The North American Industry Classification System (NAICS) code for this effort is 332323 Location where primary work will be performed, i.e. will you propose to construct the structure at Picatinny Arsenal in New Jersey or will you build the structure elsewhere and assembly it at our location (if more than one location, please indicate the percentage for each location). Commerciality (a.) Our product as described above, has been sold, leased or licensed to the general public (b.) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain Major partners or suppliers. Identify existing job sites (identify what percentage would be supporting this new effort and what additional resources would be required). Identify manufacturing, managing and engineering experience of like staircase and dumb waiter or of equal or greater complexity. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. Please provide any additional comments. SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Technical Services. Firms shall also provide point of contact information, where available, for the efforts cited above.� In addition, please provide all applicable NAICS and Product Service Code�s.� This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government.� The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The closing date for responses to this request is No Later Than (NLT) May 1, 2020 at 3PM Eastern Time. All submissions are to be made via electronic mail to both Points of Contact (POCs) for this action: Lester Croft, Contract Specialist, email: lester.c.croft.civ@mail.mil; and Wilson W. Au, Contracting Officer, email: wilson.w.au.civ@mail.mil.� Phone inquiries WILL NOT be addressed; all requests should be submitted in writing via email. Respondents WILL NOT be notified of the results of the survey. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/35ca94f6e8b1496ba30e3edfe66c654d/view)
- Place of Performance
- Address: Picatinny Arsenal, NJ 07806, USA
- Zip Code: 07806
- Country: USA
- Zip Code: 07806
- Record
- SN05606419-F 20200402/200331230155 (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 |