Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2020 SAM #6832
SOURCES SOUGHT

99 -- Fall Arrest System (FAS) at Robins AFB

Notice Date
8/11/2020 11:55:01 AM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
FA8112 AFSC PZIMB TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
RAFB_FAS_2020
 
Response Due
8/11/2020 10:00:00 AM
 
Archive Date
08/26/2020
 
Point of Contact
Christine Clark, Phone: 478-222-4973, Brandon Trussell, Phone: 478-222-2925
 
E-Mail Address
Christine.Clark@us.af.mil, Christopher.Trussell.1@us.af.mil
(Christine.Clark@us.af.mil, Christopher.Trussell.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Building 91 � Fall Arrest System (FAS) CAUTION:�� NOTE:� There will be an Early Industry Interchange Meet-Me. Call on Thursday, 27 August 20 at 1:00 EST.� Please call Christine Clark at 478-222-4973 or e-mail christine.clark@ us.af.mil to obtain a meet-me-call phone number. The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to provide a Fall Arrest System to meet the Government�s requirements. The Contractor shall provide to the 402d Aircraft Maintenance Group (AMXG), Robins Air Force Base, all materials, parts, equipment (including lifts), engineering, labor, shipping and travel necessary to provide QTY (8) fall arrest systems in Building 91. � A security clearance is not anticipated.� There will be no foreign participation in this requirement.� The Government has determined that this system is a commercial item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals apply. The Contractor shall provide all parts, materials, tools, personnel, labor, travel and transportation required to design, deliver, install and provide familiarization training for the FAS.� Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.� The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: The purchase description document below contain a description of the Fall Arrest System requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements.� Failure to provide documentation may result in the government being unable to adequately assess your capabilities.� If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)��������� a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. It is anticipated that this acquisition will be a Small Business Set Aside and small businesses are encouraged to participate in this Market Research. Questions relative to this market survey should be addressed to the following individuals: Brandon Trussell;� E-mail: Christopher.Trussell.1@us.af.mil Phone: 478-222-2925 or cell 478-952-4415 Christine Clark; E-mail:��� Christine.Clark@us.af.mil������� Phone: 478-222-4973 Building 91 � Fall Arrest System PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to provide a Fall Arrest System to meet the Government�s requirements.� FALL ARREST SYSTEM OVERVIEW:� Robins AFB is in the process of installing (8) new C-130 maintenance stands in Building 91. Each dock requires an overhead Fall Arrest System (FAS) so technicians can safely work on all elevated surfaces of C-130 aircraft. The FAS installed in each dock shall be an enclosed track rigid rail style fall arrest system with multiple users connected to each track via trolleys with self-retracting lifeline (SRL) devices.� The FAS shall include parallel tracks which allow workers to pass each other and curved sections of track which allow workers to easily transition from the wings to the fuselage without disconnecting from the system.� The FAS shall include all tracks, trolleys, SRL�s, support structures, associated components and hardware required in order to provide fall protection coverage over all elevated surfaces of the aircraft.� Any and all elements required for complete and fully functioning systems shall be included except for user harnesses.� The Contractor shall perform a comprehensive structural analysis of the building prior to the design phase to ensure the facility can adequately support all loads imposed by the fall arrest systems.� Contractor shall deliver a final and complete drawing and specification package stamped by a Professional Engineer who is also a Qualified Person for Fall Protection. See the attached Purchase Description for further details. CONTRACTOR CAPABILITY SURVEY Building 91 Fall Arrest System Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: ����� Company/Institute Name: ����� Address: ����� Point of Contact: ����� CAGE Code: �Phone Number: �E-mail Address: �Web Page URL: ����� Government Proposed North American Industry Classification System (NAICS) Code: _333923, Overhead Traveling Crane, Hoist, and Monorail System Manufacturing ������ Based on the Government proposed NAICS Code, state whether your company is: Small Business����������������������������������������������� (Yes / No) Woman Owned Small Business�������������������� (Yes / No) Small Disadvantaged Business���������������������� (Yes / No) 8(a) Certified������������������������������������������������� (Yes / No) HUBZone Certified��������������������������������������� (Yes / No) Veteran Owned Small Business�������������������� (Yes / No) Service Disabled Veteran Small Business����� (Yes / No) System for Award Management (SAM)� ����� (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). � IN ADDITION TO THE ABOVE: 1.��� Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying. 2.��� Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. Responses to the Capability Survey Part I and Part II must be received no later than close of business 26 August 2020.� Please ensure data is in a readable electronic format that can be received through a firewall. �Attachments shall not to exceed 10 MB per email. �Multiple emails are acceptable.� Responses must be sent via email to the following: Questions relative to this market research should be addressed to the following: Brandon Trussell;� E-mail: Christopher.Trussell.1@us.af.mil Phone: 478-222-2925 or cell 478-952-4415 � Christine Clark; E-mail:��� Christine.Clark@us.af.mil���� Phone: 478-222-4973 Part II. Capability Survey Questions General Capability Questions: � A.� Name of country where manufacturing takes place. � B. Describe briefly the capabilities of your facility and the nature of the product/services you provide.� � C. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? � D. What quality assurance processes and test qualification practices does your company employ?�� (ISO 9001, AS9100, etc.). �� Qualification Standards.� See attached. List of Attachments: 1. Early Industry Day Charts AMXG - FAS 2. Qualification Requirements - Fall Arrest System - MFT 62346 3. Purchase Description for B91 Overhead Fall Protection B91 v16 2020-08-11 4. Attachment 1 - Track Arrangment
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/58d83c20b5664c9fa255916cc78addea/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05753888-F 20200813/200811230152 (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.