SOURCES SOUGHT
99 -- USCG Base Boston Replace Vehicle Barrier
- Notice Date
- 11/3/2020 12:19:11 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- CEU PROVIDENCE(000G1) WARWICK RI 02886 USA
- ZIP Code
- 02886
- Solicitation Number
- 70Z0G1-21-RFI-ELECTRICARMGATE
- Response Due
- 11/10/2020 1:00:00 PM
- Archive Date
- 11/25/2020
- Point of Contact
- Nadine Provost - Contract Specialist, Phone: 4017361766, Fax: 4017361704, Jean Bretz - Contracting Officer, Phone: 4017361765, Fax: 4017361704
- E-Mail Address
-
Nadine.M.Provost@uscg.mil, Jean.M.Bretz@uscg.mil
(Nadine.M.Provost@uscg.mil, Jean.M.Bretz@uscg.mil)
- Description
- SOURCES SOUGHT:� THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY.� THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this�announcement or any follow-up information requests. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.� The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business�concerns, Woman-Owned Small Business concerns or Small Business concerns, or solicit Unrestricted. The applicable North American Industry Classification System (NAICS) code is 561621, with a small business size standard of $22 Million.� The estimated value of the procurement is between $250,000 and $500,000.� Performance and Payment bonds will be required. The U.S. Coast Guard is conducting market research to determine domestic availability for Contractors that can provide a replacement active vehicle barrier (AVB) with electric arm actuator for security gate, along with providing local field service and tech support in the New England region.� The system should include two control activation stations:� one in the guard shack, and the second located at the center lane island.� The AVB shall have a safety loop to prevent the activation of the AVB as the vehicle transverse the barrier activation zone. The replacement of electric arm is for inbound and outbound access.� Gate assembly shall be successfully tested in accordance with ASTM F2656-07 or Department of State standard SD-STD-02.01, Revision A, and can be procured based upon the crash-rating required.� � � � �� This intent is basis of design with the following specifications: VERTICAL CRASH ARM RATING MINIMAL: � K12/L3 � 15,000 lb (6810 kg) at 50 mph (80 kph) � K4 � 15,000 lb (6810 kg) at 30 mph (50 kph) IMPACT ENERGY MINIMAL: � K12 = 1,253 ft-kips/1,699 kJ � K4 = 611 ft-kips/451 kJ OPERATING MODES: � Normal: Barrier opens and closes at normal speeds. Barrier is controlled electrically. Commands are received via operator input or automation sequence initiation. � Emergency: Barrier normal operation up/down buttons shall be inoperable until the operational condition is reset. � Manual: Open and close barrier via use of manual lever. (Require safety release to prevent stored energy release or accidental electrical activation) � � Standard push button controls with multiple modes of operation. All PLC and actuator controls shall be capable of point of use troubleshooting and trending with all approved licenses for facility technician�s use. Contractor shall provide all personnel, equipment, materials, tools, vehicles, supervision to perform this work.� If your Company is interested in this Requirement, please provide (a) a Capabilities Statement of your qualifications and evidence/experience in providing replacement electric arm barriers; (b) a listing of any Subcontractors or Manufacturers you intend to use; (c) a Summary of maintenance and technical support including names of field offices, location within the New England region and contact information;�d) your bonding capability; and (e) your designation under one of the Small Business programs identified above. Interested Contractors should submit information no later than 10 Novenber 2020,�via email to Nadine.M.Provost@uscg.mil with a copy to Jean.M.Bretz@uscg.mil with �Sources Sought Notice 70Z0G1-21-RFI-ELECTRICARMGATE� in the subject line.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ef4db2cf599646dc90e5e5b4c987d868/view)
- Place of Performance
- Address: Boston, MA 02109, USA
- Zip Code: 02109
- Country: USA
- Zip Code: 02109
- Record
- SN05845241-F 20201105/201103230144 (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 |