SOLICITATION NOTICE
39 -- Tyndall AFB Bridge Crane
- Notice Date
- 5/11/2021 11:35:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- 325 CONS CC LGCA TYNDALL AFB FL 32403-5553 USA
- ZIP Code
- 32403-5553
- Solicitation Number
- FA481921QA024
- Response Due
- 5/27/2021 11:00:00 AM
- Archive Date
- 05/28/2021
- Point of Contact
- 2 Lt Blake Dailey, TSgt Karl Deffert
- E-Mail Address
-
blake.dailey.1@us.af.mil, karl.deffert@us.af.mil
(blake.dailey.1@us.af.mil, karl.deffert@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Offerors are hereby notified that the Request for Quotation�(RFQ) Bridge Crane, requirement�FA481921QA024, has been posted.�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.� FA481921QA024 shall be used to reference any written responses to this Solicitation. Tyndall�Air Force Base anticipates a requirement that is being considered under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed 333923.� The size standard for this proposed NAICS is 1,000 employees. Description:�The objective of this effort is to provide a 100% fully operational system to the Civil Engineer, Maintenance, Inspection & Repair Team (CEMIRT), Tyndall AFB FL, for the project request to construct a free standing Overhead Bridge Crane System spanning the width of Bay 3 within Bldg. 1134 as stated below. The contractor shall furnish all required parts, equipment, material, and labor to provide the following item in accordance with (IAW) all applicable codes, specifications, and industry/federal standards to CEMIRT at Tyndall AFB, Florida. Salient Characteristics:� See attachments for SOW, technical drawings, and combined synopsis/solicitation. The requirement is a �turn-key� design, manufacture and installation of a free standing Overhead Bridge Crane System for manipulating large equipment assets. Contractor shall provide associated remote mounted or other ancillary equipment to the existing building floor plan for efficient operation of a new bridge crane system. All installation work to be in-place at Bldg. 1134. The system must include approved UL508A control boxes. Contractor must meet all current National Electric Code (NEC) fusing requirements for installation of bridge cranes, i.e. bridge, trolley, and hoist protection. Installation requires all necessary equipment and accessories for a fully operational system. This SOW includes removal of four existing stand-alone Jib Cranes, a mono rail system with associated equipment and the installation of all new related equipment, testing, and training of end user personnel. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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."" 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. 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.�� 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.�� ATTENTION:� Interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award.��Information on registration and annual confirmation requirements may be obtained via�https://www.beta.sam.gov.� Solicitation response time:� Thursday 27 May 2021�- 1:00PM, CST.��Please submit the information electronically in PDF format.�Reference FA481921QA024�to the Contracting Officer, TSgt Karl Deffert�/ Email:� karl.deffert@us.af.mil�and the Contract Specialist, 2 Lt Blake Dailey�/ Email:�blake.dailey.1@us.af.mil. Telephone responses will not be accepted.��� Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps.� 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/29c3952ad51344078ce460e721e9ea2f/view)
- Place of Performance
- Address: Tyndall AFB, FL 32403, USA
- Zip Code: 32403
- Country: USA
- Zip Code: 32403
- Record
- SN05998220-F 20210513/210511230057 (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 |