SOURCES SOUGHT
J -- Repair on Heat Treatment Furnaces, Vacuum Furnaces, and Polycold Chillers - Draft PWS
- Notice Date
- 12/30/2015
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8125-16-R-0007
- Point of Contact
- Cynthia Edwards,
- E-Mail Address
-
cynthia.edwards.4@us.af.mil
(cynthia.edwards.4@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Information Appendix B-2 CMXG Appendix B-1 PMXG Appendix A Draft PWS Request for Information (RFI) for Repair on Heat Treatment Furnaces, Vacuum Furnaces, and Polycold Chillers THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This RFI is in support of Market Research, pursuant to FAR PART 10 being conducted by the United States Air Force 76 Maintenance Groups at the Air Force Sustainment Center (AFSC) located at Tinker Air Force Base in Oklahoma to identify potential repair sources for the repair on Heat Treatment Furnaces, Vacuum Furnaces, and Polycold Chillers related to the items listed in the Performance Work Statement (PWS) attached as a part of this announcement and to determine if this effort can be competitive or a Small Business Set-Aside and to request technical and cost information from industry. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or Presolicitation Conference. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The proposed North American Industry Classification Systems (NAICS) Code is 811310, which has a corresponding Size Standard of $7.5M. The Government is interested in all businesses to include Large Business, Small Businesses, Small Disadvantaged Businesses, 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Women-Owned Small Business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the works that will be accomplished by the prime and the work accomplished by the teaming partners. The Government requests that non-proprietary information be submitted in response to this RFI. However, should proprietary information or trade secrets be submitted, it must be clearly identified by stating "PROPRIETARY" and will be safeguarded. Any proprietary information that is submitted may be used as a general concept. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Contractors must be registered on System for Award Management (SAM) to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at https://www.sam.gov/portal/public/SAM/. The proposed acquisition is for the repair of the Heat Treatment Furnaces, Vacuum Furnaces, and Polycold Chillers. The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation and inspection manuals necessary to perform the test, teardown, & evaluate (TT&E) and Repair on heat treatment furnaces, vacuum furnaces, and polycold chillers. The contractor shall also provide Personal Protective Equipment (PPE) and clothing, to include reflective clothing (belt, vest, etc.); hearing and eye protection, to include prescription safety glasses; safety harnesses; fall protection equipment; lifting equipment and any incidentals necessary to perform the requirements of this PWS. The equipment is listed in Appendix A (On-Base), Attachment #4, Appendix B-1, PMXG and Attachment #5, Appendix B-2, CMXG (Off-Base). The Contractor shall ship all repaired and non-repairable equipment by the fastest and most traceable method in order to arrive within five (5) business days after the repair completion date. Contractor shall be licensed to work on Polycold refrigerant systems. Interested persons may identify their interest and capability to respond to the RFI. This notice of intent is not a request for competitive proposals. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. Responses and/or questions to this synopsis will be posted through FBO. The Government requests interested parties to submit a brief statement of current capability to perform these services. Interested sources should provide the following information: - Company Name/Address - CAGE Code - DUNS Number - Point of Contact for questions and/or clarifications- - Phone Number, Email Address, Web page URL - Size of Business Size relative to NAICS Code 336413 - U.S. or Foreign Owned Entity - Provide any recommendations and/or concerns - Please indicate whether your interest in this as a prime contractor or as a subcontractor - Provide Government contract history including contract numbers - OEM License/Agreement/Manual - Teaming Partners (if applicable) Cost/Technical Questions - In accordance with PWS paragraph 1.2 and 1.7 the contractor shall perform Test, Teardown, & Evaluate (TT&E) on Heat Treatment Furnaces, Vacuum Furnaces, and Polycold Chillers in accordance with (IAW) original equipment manufacturer (OEM) specifications. Request potential vendors provide a Rough Order of Magnitude (ROM) for the TT&E cost described in PWS paragraphs 1.2 and 1.7. - Request potential vendors provide a description of what TT&E includes and any exclusions. Questions and responses (along with any supporting documentation) should be directed to: Primary Point of Contact: Contracting Office Address: Cynthia Edwards 3001 Industrial Area Contracting Officer Post Location 2S76 cynthia.edwards.4@us.af.mil Tinker AFB, OK 73145 Phone: 405-739-3147
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8125-16-R-0007/listing.html)
- Place of Performance
- Address: 3001 Staff Drive Post 2S76, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN03980472-W 20160101/151230234307-00d27fb8bb4dc4e88bd9b956fb33590d (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 |