Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2020 SAM #6765
SOURCES SOUGHT

39 -- Aviation Fall Arrest/Protection System & Equipment

Notice Date
6/5/2020 1:11:57 PM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
FA6703 94 CONF PK DOBBINS AFB GA 30069-4824 USA
 
ZIP Code
30069-4824
 
Solicitation Number
FA670320AVIATIONFALLPROTECTIONSYSTEM
 
Response Due
6/14/2020 2:00:00 PM
 
Archive Date
06/29/2020
 
Point of Contact
Patrina Sheffield, Contracting Officer, Phone: (678) 655-5778, Fax: (678) 655-5612
 
E-Mail Address
patrina.sheffield@us.af.mil
(patrina.sheffield@us.af.mil)
 
Description
This is a Sources Sought for potential Offerors to support the US Air Force Reserve located on Dobbins Air Reserve Base, Georgia. This is NOT a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB) and DOES NOT serve to bind the U.S. Government in any way. Interested parties shall not be reimbursed for any costs associated with preparation of their responses. 94th Contracting Flight, Dobbins ARB is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential firms that have the skills, experience, knowledge, and capabilities required to provide a turn-key Aviation Fall Arrest System & Equipment for C-130 Aircraft. The purpose of this contract is to provide all personnel, equipment, tools, material, vehicles, supervision, training, certifications, and other items and services necessary to provide a comprehensive facility evaluation of four hangar structures and installation of Fall Arrest Systems (FAHSS), Freestanding Fall Arrest Equipment (FFAE) and Mobile Fall Arrest Equipment (MFAE); this includes all hardware and associated fall protection harnesses, Self-Retracting Lifelines (SRL), and etc.� An Engineering Report will be required.� The purpose of the Engineering Report is to analyze the loading on and reinforcement of the existing hangar structure in all four hangars in way of the proposed new Fall Arrest�System.� The design of the Fall Arrest�System will vary for each hangar as each are unique.� The design of the Fall Arrest�System should not significantly disrupt or modify existing hangar features required for normal operations.� The installed systems shall not obstruct movement or interfere with operation of the existing overhead gantry crane systems or impede aircraft tow in and out, when stowed or during non-operational status. Any imposed reductions in the strength and capacity of existing roof and supporting structure should be analyzed and reinforced as necessary per all applicable codes and regulations. The North American Industry Classification System (NAICS) is 333923, Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. Small Business Standard Size 1,250 employees. For a Contractor to be considered under one of the socioeconomic classifications, it MUST perform a minimum of 50% of the work with its own employees (FAR 52.219-14, Limitations on Subcontracting). Responses to this notice will be used by the Government to make the appropriate acquisition decision. Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.sam.gov) Responses to this Sources Sought shall include: � Business Name � CAGE Code & DUNS Number � Brief Description of Company's relevant history � Physical/Mailing Address � Business Size � Point of contact � Firm's Capability Statement Socio-Economic Status: i.e. HubZone, Service Disabled Veteran Owned Small Business (SDVOSB), 8(a), Women Owned Small Business (WOSB), Large etc. The Capability Statements shall be no more than 5-pages in length. Interested parties can e-mail their capabilities and relevant history to Patrina Sheffield at patrina.sheffield@us.af.mil no later than 2:00 p.m. Eastern Standard Time, Friday, 22�November 2019. Facsimiles will not be accepted. This Sources Sought serves as Market Research only, not a firm commitment on the part of the U.S. Government nor does it constitute an order. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d88bc839b2744269936ca269b912a4ad/view)
 
Place of Performance
Address: Dobbins ARB, Dobbins ARB, GA 30069, USA
Zip Code: 30069
Country: USA
 
Record
SN05682433-F 20200607/200605230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.