SOURCES SOUGHT
J -- Fire Truck Maintenance and Repair for the Rock Island Arsenal, Rock Island, IL
- Notice Date
- 12/30/2011
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J12T5005
- Response Due
- 1/11/2012
- Archive Date
- 3/11/2012
- Point of Contact
- Steven Perry, 3097821088
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(steven.r.perry32.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command, Rock Island Contracting Center (RICC) is seeking sources capable of repairing and maintaining fire trucks for the Rock Island Arsenal. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources. This is not a solicitation announcement. The total estimated value of the requirement is $19,000.00 a year. To limit equipment and personnel downtime, mileage on the vehicles, and ensure readiness, sources should be within a 30 mile radius of the Rock Island Arsenal, Rock Island, Illinois. The 3 trucks to be maintained and repaired were manufactured by Pierce in 2011 and 2008. The Preventative Maintenance program for emergency type vehicles must be intensive. Maintenance service for emergency vehicles and equipment shall be performed according to related National Fire Protection Association (NFPA) standards. These standards are NFPA 1500, NFPA 1071, NFPA 1906, NFPA 1911, and NFPA 1914. These standards will be used as a guide for inspections, repairs and practices. These standards will also be used to establish an emergency vehicle service frequency program. Any and all persons who will be performing any and all inspections, maintenance, and or repairs to emergency vehicles will meet and or exceed the following the NFPA 1071 2006 edition, the Standard for Emergency Vehicle Technicians. The RICC requests demonstration of capability by interested parties through submittal of a brief capability statement. All capability statements should: Not exceed and will be restricted up to eight (8) pages. 1. Shall be electronically submitted to the email address below. 2. Include small business classification (s): (Service Disabled Veteran-Owned, Veteran-Owned Small Business, Women Owned Small Business, HubZone 8(a), 8(a), HubZone, Small Business, Emerging Small Business, Small Disadvantaged Business (SDB) and Large Business relative to NAICS 811310 (size standard of $7.0 Million) 3. List references and experience, as prime contractor, in providing similar services for the past 3 years. Please submit all Capability Statements by 2:00 PM CST on January 11, 2012 by email to steven.r.perry32.civ@mail.mil. This is a source sought request which may used for planning purposes and should not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. The RICC will only utilize the information you provide in developing its acquisition approach for future requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/59e59a73d11a759946d573dfca35b3c0)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02647435-W 20120101/111230233821-59e59a73d11a759946d573dfca35b3c0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |