Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2016 FBO #5252
SOURCES SOUGHT

N -- "Big Ass Fan" Relocation

Notice Date
4/8/2016
 
Notice Type
Sources Sought
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1570 Wright Brothers Ave, Bldg 2903, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
F3T2MX6047AW01
 
Archive Date
4/28/2016
 
Point of Contact
Andrew-Robert S Hostetter, Phone: 9197221753
 
E-Mail Address
andrewrobert.hostetter@us.af.mil
(andrewrobert.hostetter@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is for market survey only; therefore, do not request a copy of the solicitation. No proposals are being requested or accepted with this synopsis and no contract shall be awarded from this synopsis. The U.S. Air Force, Seymour Johnson Air Force Base (SJAFB), has been tasked to identify potential sources, market capabilities and market conditions for the acquisitions of services for the relocation of a Big Ass Fan. Interested capable commercial sources are being sought to determine the level of interest to provide services in accordance with the following statement of work. STATEMENT OF WORK Relocate Big Ass Fans 1.0. DESCRIPTION OF WORK. This Statement of Work (SOW) defines the efforts required to relocate two Big Ass Fans from building 4820 to building 4522 at Seymour Johnson AFB to include removing the fan and hardware from original location, transportation and reinstalling fans at new location. 1.1. CERTIFICATION AND EXPERIENCE. Contractor personnel uninstalling and reinstalling the fans and components must be a certified electrician. Fan installation must be in accordance with the National Electrical Code, ANSI/NFPA 70, and all local codes. Certifications and experience history must be provided to government representative prior to contract award. 1.2. MATERIALS: Contractor will obtain all required electrical permits and inspections. The contractor will be responsible for disassembly and removal of all fan components and mounting hardware from original fan location. They must also remove wall mounted Variable Frequency Drive or wall control keypad from current location as necessary; install power wiring per NEC, from power source to new fan mounting location and wall control location, not to exceed 150 linear feet. Depending on fan model being moved, install and wire per NEC, a junction box with appropriate size NEMA Twistlock receptacle within 3 feet of fan mounting location. The contractor will re-install fan mounting hardware and all fan components, including any safety cable and guide wires, in new location. Install wall mounted VFD or wall control keypad to accessible surface (column, concrete wall or wood). Install per NEC, any needed wiring or data communication cable between fan and wall mounted VFD or wall control keypad (in EMT conduit to ceiling height), not to exceed 100 linear feet. All materials and tools will be supplied by the installation contractor. 1.3. LOCATION: This work is to be accomplished on Seymour Johnson Air Force Base, Goldsboro, NC. 1.4. CLEANUP: The contractor is responsible to return all work sites to the condition in which they were found. 1.5. WARRANTY: The contractor will guarantee all workmanship for a period of one year from completion of work. This is not a solicitation for the bid, but a solicitation may be issued at a later date. Any resulting solicitation will be posted electronically to this site. The North American Industry Classification System is 333413-Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing. No reimbursements will be made for any cost associated with providing information in response to the sources sought or any follow-up information request. The purpose of this source sought is to gain knowledge of interest, capabilities and qualifications of members of both the Small Business Community, to include Section 8(a), Historically Underutilizes Business Zones (HUBZone), Service Disabled Veterans-Owned Small Business (SDVOSB), and Economically Disadvantaged Women Owned Small Business's (EDWOSB) to compete for this requirement. All submittals received will be reviewed for informational purposes. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. The Government must determine and ensure there is adequate competition among the potential pool of interested, capable commercial companies. Responses are to be emailed to andrewrobert.hostetter@us.af.mil, or mailed and addressed to: 4th Contacting Squadron/LGCB attention Andrew Hostetter, 1570 Wright Brothers Avenue, BLDG 2903, Seymour Johnson Air Force Base, NC 27531-2479. Negative responses are not required. Capable and interested sources must respond to this sources sought no later than 2:00 p.m. EST on 13 April 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T2MX6047AW01/listing.html)
 
Place of Performance
Address: 1570 Wright Brothers Ave, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN04078200-W 20160410/160408234256-c7a2e2a512546b15b3c3f15378762087 (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 |
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.