SOURCES SOUGHT
N -- Aircraft Canopies
- Notice Date
- 1/5/2021 11:52:40 AM
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- FA4809 4TH CONS SQDN CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
- ZIP Code
- 27531-2456
- Solicitation Number
- A012838
- Response Due
- 1/15/2021 1:30:00 PM
- Archive Date
- 01/30/2021
- Point of Contact
- Brittany Judd, Phone: 9197225607, Christine Docker, Phone: 9197221750
- E-Mail Address
-
brittany.judd@us.af.mil, christine.docker.2@us.af.mil
(brittany.judd@us.af.mil, christine.docker.2@us.af.mil)
- Description
- SOURCES SOUGHT SYNOPSIS:� This notice does not constitute a commitment by the Government.� This posting is not a solicitation and quotes will not be accepted in response.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.� The Government intends to issue a draft RFP for comment prior to issuing the Solicitation. Reference requirement #A012838. Seymour Johnson AFB, NC anticipates a requirement to incrementally procure up to seventy-two (72) steel aircraft canopy shelters to replace the existing canvas covered shelters already in place at Seymour Johnson AFB.� There are 57 existing canvas shelters, of which five canvas shelters are missing canvas, and 15 additional aircraft parking spots that do not have canvas shelters and steel canopies would need to be installed. The Government�s intent is to have the contractor: (1) remove existing lighting, receptacles, switches, and other electrical service equipment from each existing shelter and reutilize to the maximum extent possible in new shelters. (2) demolish and remove the existing 70�� X� 70�� X� 30.5� fabric covered aircraft shelters. (3) construct 70�� X� 70� X 28� (minimum height) steel aircraft canopy (shelter) to be anchored to existing aircraft parking ramp with the ability to be affixed to the neighboring canopies on both sides (except those canopies on an end parking spot). Canopy shall be minimum height to provide 10� of vertical clearance between F-15E aircraft and canopy. Canopy shall meet 120 mph wind load. Canopy shall provide bird netting underneath to prevent roosting/perching of birds. Canopy shall include installed 2-man fall protection system. Canopy shall be grounded for lightning protection. The shelters must at a minimum, preserve the driving lanes and allow for ten feet of clearance off each wing tip (horizontal). The contractor will need to paint over existing pavement markings and re-paint them after canopy construction. (4) reinstall previously removed lighting, receptacles, switches, and other electrical service equipment utilizing new conduit/connectors/wiring/etc. as required to ensure operational lighting.� The Government anticipates all electrical equipment to be in good working order at the time of removal. Provide and install electrical in the fifteen additional canopies. Seymour Johnson Air Force Base anticipates this requirement to be solicited under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed is 238290; PSC N099.� The size standard for NAICS is $16.5M.�� We are contemplating a 5 year ordering period minimum order quantity of 5 with additional quantities to purchase the rest in minimum increments of 5 per order; 10-15 per year, as funding becomes available.� Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.� The Government requests interested parties submit a brief description of their company's business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. The Government is interested in any size business that is capable of meeting this requirement. Include in your capabilities package your DUNS, Cage Code, estimated time to prepare a proposal and any related specifications/drawings.� NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Capabilities Package for Supplies: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities (indicating examples of commercial sales) and product specifications related to this effort.� Also indicate if the firm is the manufacturer, or provide the name and size of the manufacturer of the proposed product(s).� Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Capabilities Package for Services: All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all management and labor required for the operation and management of the required services.� Include three past references with current contact information and contract number.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.� Recent, relevant experience in all areas should be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining its small business set-aside decision. Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail addresses:�brittany.judd@us.af.mil and christine.docker.2@us.af.mil.� Telephone responses will not be accepted. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through beta.SAM.gov.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f2398e25961841af8df6e4d48c28e619/view)
- Place of Performance
- Address: Goldsboro, NC 27531, USA
- Zip Code: 27531
- Country: USA
- Zip Code: 27531
- Record
- SN05885473-F 20210107/210105230114 (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 |