SOURCES SOUGHT
36 -- This is a sources sought announcement only seeking small business responses in order to determine small business participation for those who can provide and service dynamometers for the requested engines.
- Notice Date
- 8/21/2012
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- RUNCELLDYNAMOMETERS
- Response Due
- 8/31/2012
- Archive Date
- 10/30/2012
- Point of Contact
- Ryan Moran, 757-878-3166
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(ryan.d.moran5.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought US Army Support Element Fort Eustis, VA Dynamometers for Engine Run Cell Repair Small Business Sources Sought: This is a sources sought announcement only seeking small business responses in order to determine small business participation in this acquisition. The Mission and Installation Contracting Command - Fort Eustis (MICC-EU) is seeking information from small business sources that can provide expertise and services to support the U.S. Army Training and Doctrine Command (USATRADOC), Engine Run Cell Team at Fort Eustis, VA. The Government is seeking information and sources on who can provide and service Honeywell Dynamometers P/N LTCT23660-04 or equal and Honeywell Dynamometers P/N LTCT10624J30 or equal. The Dynamometers must be compatible with the General Electric T700-701C and the Honeywell T55 engines respectively. The dynamometers must include the torque adapting systems that connects the dynamometer to the engine. These engines are currently in use for training purposes at Fort Eustis, VA. The vendor must be able to service both types of dynameters identified above. To include but not limited to teardown, cleaning, inspection, replacement of defective parts, reassembly and testing to the original manufactures specifications for Government owned water breaks. The Government has not determined the contract type or whether the requirement will be single or multiple awards. This is a new requirement. The designated NAICS Code is 336412, "Aircraft Engine and Engine Part Manufacturing", size standard is 1000 employees. No decision has yet been made regarding the small business strategy for this contract. Small business is advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. Your brief capabilities statement package (no more than 10 pages, single spaced, 11 minimum font size) demonstrating ability to provide the supplies/services listed above. A generic capability statement is not acceptable. Please review carefully the requirements listed below. This documentation must address, at a minimum, the following: (1)company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, and a statement regarding current business status; (2)capability of providing the above described while performing at least 50 percent of the work; (3)capability of providing warranty service and repair water breaks and; (4)capability to begin performance upon contract award. (5)identify lead time for the purchase of new Dynamometers and the reasoning behind the lead time. The capabilities statement package should be sent via e-mail to: Ryan.D.Moran5.civ@mail.mil by 31 August 2012 / 11:00 AM EST. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offeror's are reminded, in accordance with FAR 52.204-7, Central Contractor Registration; lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offeror's are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Enclosure 1: Market Research Questions - For ALL Business Types Any information provided by industry to the Government as a result of this notice or any follow-up information requested is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. For all business types: A response to this notice should include an emailed response to the attached Market Research Questions. 1.Please provide the following company specific information: a.Your Data Universal Numbering System (DUNS) number or Commercial And Government Entity (CAGE) code number; b.A brief description of your company's business size and status (i.e., Small Business, HUBZone, woman/veteran/service disabled veteran/native American/minority-owned); c. A point of contact (POC) name, telephone number, and e-mail address. 2.Market research questions: a.The Government anticipates issuing Requests for Proposals using a Statement of Objectives (SOO). What risks do you foresee with this approach and how would you mitigate those risks? b. Identify any opportunities for supporting socio-economic programs other than small business. c.Please describe the commercial standard warranty for this equipment. d. Please provide any other applicable comments or recommendations not addressed in the foregoing. 3. The Government is requesting you be succinct and limit your market research response (separate attachment) to no more than 5 pages, single spaced, 11 minimum font size. Please submit your response electronically via e-mail by 31 August 2012 / 11:00 AM EST to: Ryan.D.Moran5.civ@mail.mil. We appreciate your participation and input.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6f2a69c2b4e88762ccc6971d477516fb)
- Place of Performance
- Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN02848585-W 20120823/120822000332-6f2a69c2b4e88762ccc6971d477516fb (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 |