Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
SOURCES SOUGHT

52 -- turn-key installation of a Coordinate Measuring Machine (CMM)

Notice Date
8/1/2018
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA, Pennsylvania, 18466-5100, United States
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1VCMM
 
Archive Date
8/30/2018
 
Point of Contact
Patricia M. Rex, Phone: 5706157671, Chris Hons, Phone: 570-615-6729
 
E-Mail Address
patricia.m.rex.civ@mail.mil, christopher.hons.civ@mail.mil
(patricia.m.rex.civ@mail.mil, christopher.hons.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION- REQUEST INDUSTRY PROVIDE INFORMATION AND A BUDGETARY COST ESTIMATE FOR TURN-KEY SUPPLY, INSTALLATION AND TRAINING FOR A COORDINATE MEASURING MACHINE (CMM) AT TOBYHANNA ARMY DEPOT, TOBYHANNA PA 18466 BACKGROUND AND BASIC REQUIREMENTS This Request for Information (RFI) is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for providing the turn-key installation of a Coordinate Measuring Machine (CMM) to include all necessary engineering and design; to include the site preparation work, such as excavation work, concrete and isolation pad installation; to include the supply, delivery, installation, documentation and personnel training for a CMM. This RFI is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised that a response does not ensure participation in a future solicitation or contract award. The Government will not reimburse participants for any expenses associated with participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted as part of responses to the RFI should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. GENERAL REQUIREMENTS The Government is seeking to identify contractors capable of satisfying this requirement at the prime contractor level with full responsibility for contractor and sub-contractor personnel, equipment, and services. The Government requests that submitting contractors identify a representative to support further Government inquiries and requests for clarifications of the information provided. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Responses to this RFI should include the name, telephone number, and email address of a Point of Contact (POC) having authority and knowledge to discuss responses. Questions regarding this RFI can be e-mailed to: Chris Hons christopher.hons.civ@mail.mil Complete written responses to this RFI are to be submitted to the above referenced e-mail address. Respondents should include the following business information with the RFI response: 1) Company name; 2) Company address; 3) Point of Contact; 4) Telephone Number; 5) E-mail address; 6) Company Cage Code; 7) Primary NAICS; 8) Business Size; 9) Current Registration in SAM; 10) Web page address. General CMM Information • CMM to be delivered to Tobyhanna Army Depot in Tobyhanna, PA, and installed within a building at Tobyhanna Army Depot. • CMM to be of bridge-type design 36 inches of z-axis clearance, minimum. Describe table composition and weight capacity as part of general information. • Describe software used by the CMM for operation. Identify whether software is inclusive of Product Manufacturing Information (PMI). • Describe machine vibration isolation system along with temperature and humidity requirements. Please identify whether temperature and vibration compensation are part of the machine software. • Identify utility requirements. • Identify types of probing (stylus, laser, integrated stylus & laser, etc.) available for the machine. Identify advantages and deficiencies of each type. • Identify training that is offered; training location; and duration of training for operator personnel and for maintenance personnel. • Identify calibration requirements. • The Government shall have to obtain a Certificate of Networthiness in order to permit the machine software to be placed on a Government network. Services and Equipment Information The Government is interested in obtaining information from companies that can provide turn-key design, supply, delivery, site preparation, installation, documentation and training. As a turn-key installation the company will be responsible to supply all personnel and equipment to engineer and design the CMM; perform foundation and isolation platform excavation and installation; supply, deliver, assemble and install the new CMM; perform calibration for the CMM; supply all appropriate documentation for the CMM; and to train Government personnel in the operation and maintenance of the new CMM. Two separate Budgetary Cost Estimates by respondents are requested with response to this RFI. One Budgetary Cost Estimate shall be for a CMM with an 8 foot by 4 foot table. The second Budgetary Cost Estimate shall be for a CMM with a 4 foot by 4 foot table. Both Budgetary Cost Estimates should include the costs associated with General CMM Information and Services and Equipment Information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d5a5b8d381562d67147c19902b001682)
 
Place of Performance
Address: Tobyhanna Army Depot, 11 Hap Arnold Blvd, Tobyhanna, Pennsylvania, 18466, United States
Zip Code: 18466
 
Record
SN05015637-W 20180803/180801231350-d5a5b8d381562d67147c19902b001682 (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.