Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOURCES SOUGHT

99 -- Sources Sought Notice- Test Stand Safety Platform

Notice Date
4/17/2025 2:21:37 PM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-25-X-16E0
 
Response Due
5/5/2025 12:00:00 PM
 
Archive Date
05/05/2025
 
Point of Contact
Kadeem Edwards, Phone: 520-693-2730, Kim M. Potempa Niedosik, Phone: 520-671-3026
 
E-Mail Address
kadeem.a.edwards.civ@army.mil, kim.m.potempaniedosik.civ@army.mil
(kadeem.a.edwards.civ@army.mil, kim.m.potempaniedosik.civ@army.mil)
 
Description
The United States (US) Army Contracting Command � New Jersey, on behalf of Army Futures Command (US Army Combat Capabilities Development Command (DEVCOM) Armaments Center, Weapons and Software Engineering Center (WSEC) - Benet Laboratories Directorate, Watervliet Arsenal, New York, is conducting market research to determine the capability of businesses to provide a test stand safety platform meeting Occupational Safety and Health Administration (OSHA) and safety standards. Benet Labs desires a 12-foot by 7-foot by 8-foot-high work platform structure (similar to a mezzanine) in accordance with OSHA Standard 1910. This structure shall guarantee sure footing, even in presence of oils, glycols, or other viscous fluids. The structure shall have a fall safe/railing system that incorporates removeable sections for easy ingress and egress of large objects being lifted by a crane. The railings shall prevent falls. In addition, the structure shall have a stair or ladder system to climb on to the high work platform structure from one of the four sides. This high work platform structure shall be surrounding a center feature of a machine to allow for maintenance. The center portion of this high work platform structure shall have an opening of approximately 3 feet by 6 feet to allow access to the machine�s components. This high work platform structure needs to be assembled and installed on Post at Watervliet Arsenal. Costs shall include the design, manufacture, assembly, and installation of the high work platform structure. All costs associated with transportation, removal of boxes and associated packaging shall be included. A Rough Order of Magnitude (ROM) is to include all costs associated with this high work platform structure shall be included. The contractor shall include the following specifications in the high work platform structure: A high work platform structure meeting all applicable OSHA, Watervliet Arsenal, and Benet Laboratories safety standards. Shall include safety swing gate at top of ladder. Shall include Perf-O Grip safety grating (or equivalent non-slip grating). Shall include handrails with integrated kickplate Shall include moveable grating Shall include one electronic copy and one hard copy of the design drawing package. The contractor shall deliver any supporting user and/or technical manuals that are part of the system. These manuals, which shall be validated and verified in accordance with (IAW) the contractor�s standards, shall provide instructions regarding the proper system operation and system maintenance. Shall include all the costs of packaging and shipment of the high work platform structure components to the customer�s Watervliet Arsenal site. Minimum load capacity shall not be less than of 1,000 lbs. Maximum load capacity shall not exceed 3,500 lbs. The high work platform structure shall comply with noise limits for no hearing protection or for hearing protection (single or double) for steady state noise IAW MIL-STD-1474E. The high work platform structure shall possess controls, displays, and labeling consistent with Human Factors Engineering (HFE) design criteria/guidance for safe, effective (e.g. accurate), and efficient (e.g. timely) use by human operators and maintainers (wearing clothing necessary both for the job duties and for the work environment) IAW MIL-STD-882E, and IAW either MIL-STD-1472G or commercial HFE/usability design guidelines and criteria. BACKGROUND: The applicable NAICS code for this requirement is 333923 Overhead Traveling Crane, Hoist and Monorail System Manufacturing. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. 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. Firms shall also provide point of contact information, where available, for the efforts cited above. In addition, please provide the firm�s name and address; point of contact with telephone number and email address; CAGE Code, SAM UEI number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). This Sources Sought Notice is for informational and planning purposes only and does not constitute a Request for Proposal (RFP) nor shall it be construed as a commitment by the U.S. Government. No award will be made as a result of this sources sought notice. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Interested companies shall respond to this Sources Sought Notice no later than 5 May 2025 at 3:00 P.M. ET. Responses shall be submitted via email to both the Contract Specialist, Kadeem Edwards at email: kadeem.a.edwards.civ@army.mil and the Contracting Officer, Kim Potempa Niedosik at email: kim.m.potempaniedosik.civ@army.mil. Please submit your questions to the Contract Specialist and the Contracting Officer prior to the 22 April 2025 closing date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/000d70e557a64c169852b25111111275/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN07413647-F 20250419/250417230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.