SOURCES SOUGHT
39 -- FA8604, Baggage Handling Conveyor at Andersen AFB, Guam, MMHS
- Notice Date
- 4/10/2025 8:27:02 AM
- Notice Type
- Sources Sought
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- FA8604 AFLCMC PZI WRIGHT PATTERSON AFB OH 45433-7228 USA
- ZIP Code
- 45433-7228
- Solicitation Number
- FA8604-25-R-Andersen-MMHS
- Response Due
- 4/24/2025 11:00:00 AM
- Archive Date
- 05/09/2025
- Point of Contact
- Andrew Petersen, Phone: 9371233456
- E-Mail Address
-
andrew.petersen.3@us.af.mil
(andrew.petersen.3@us.af.mil)
- Description
- Notification Number: FA8604-25-R-Andersen-MMHS Notice Type: Sources Sought Synopsis: Posted to SAM: 10 April 2025 Sources Sought Baggage Handling Conveyor Andersen AFB, Guam THIS IS A SOURCES SOUGHT NOTICE. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The purpose of this Sources Sought is to determine qualified potential sources that have proven capabilities in the design, manufacture, and installation of the items described herein. The United States Air Force, AFLCMC/PZIEB, Wright-Patterson AFB, OH, is seeking sources for the design, fabrication, installation, orientation, and test requirements for Baggage Handling Conveyor at Andersen Air Force Base, Guam. Description: This project will provide Baggage Handling Conveyor at Andersen Air Force Base, Guam. The system will handle passenger luggage loads of varying sizes and weights (up to 150 pounds) and will be installed in a facility that is currently undergoing a major renovation. The system includes inbound conveyor (crescent plate or overlapping slat type), outbound conveyor (slider bed belt type), and the associated wiring and control panels. A knowledgeable and experienced contractor is required to ensure the installation is accomplished correctly and quickly, to minimize impact on mission operations, and to meet the schedule. This notice information is to support market research being conducted by AFLCMC/PZIEB to identify capable potential sources. Contractors responding to this shall submit the following information to: Andrew Petersen, andrew.petersen.3@us.af.mil Response Date: Submit NLT 24 April 2025, 2:00 pm EDT. Required Submittal: Contractors should submit, by the due date listed above, the following: 1. Company Information to include: a. Points of contact, addresses, email addresses, phone numbers b. Identification as a large U.S. business, small U.S. business, or a foreign business. 2. A summary of your related capabilities information based upon the Contractor Experience required below. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements including company CAGE Code or DUNS Number, business size and description of relevant contract experience with Government or commercial customers. Limit responses to a total page limit of 5-7 pages in a Microsoft Word compatible format. 3. Any other information you think we need to evaluate your capabilities. Submitted information shall be UNCLASSIFIED. Contractor Experience: Demonstrated experience, to the satisfaction of the Contracting Officer, during the past five years in the design, manufacture, installation, acceptance, and current customer operation of the following equipment types shall be required: inbound baggage conveyor of the crescent plate or overlapping slat type outbound baggage conveyor of the slider bed belt type An offeror who cannot demonstrate such experience, verifiable through contacting and/or visiting the offeror's past customers to determine the success of these systems, shall be deemed technically unacceptable. As a minimum, the summary shall include the following information for the projects proposed as relevant experience: Customer company name Installation location Date of customer acceptance Is the system still in use? Equipment furnished with the system (include all major components) Specify conveyor capacities Name of customer contact Telephone number and e-mail of customer contact The Government reserves the right to contact additional customers to obtain information that will be used to evaluate the vendor�s experience. Contract Details: Commercial items and non-developmental items are procured under FAR Part 12 and FAR Part 13 procedures. The Air Force anticipates conducting a competitive acquisition for this effort. This effort is expected to result in a Firm Fixed Price contract with an anticipated period of performance of 510 days after receipt of order (ARO). The applicable North American Industry Classification System (NAICS) Code is 333922. Business Size standard is 500 employees. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Respondents should not construe this notice as a commitment by the Air Force for any purpose. All responses should be received no later than 24 April 2025, 2:00 pm EDT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ef8c416a34534d9291ef35f02729dc70/view)
- Place of Performance
- Address: GU 96929, USA
- Zip Code: 96929
- Country: USA
- Zip Code: 96929
- Record
- SN07405494-F 20250412/250410230112 (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 |