SOURCES SOUGHT
19 -- DES Airboat Repair
- Notice Date
- 8/26/2020 2:09:46 PM
- Notice Type
- Sources Sought
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- 0413 AQ HQ CONTRACT FORT WAINWRIGHT AK 99703-0510 USA
- ZIP Code
- 99703-0510
- Solicitation Number
- PAN413-20-P-0000003377
- Response Due
- 9/3/2020 3:00:00 PM
- Archive Date
- 09/18/2020
- Point of Contact
- Cory Cornell, Phone: 9073536119, JOHN R. QUARLES, Phone: 9073532368
- E-Mail Address
-
cory.l.cornell.civ@mail.mil, john.r.quarles.civ@mail.mil
(cory.l.cornell.civ@mail.mil, john.r.quarles.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT DES Airboat Repair U.S. Army Garrison at Fort Wainwright, Alaska The 413TH CSB, Regional Contracting Office-Alaska (RCO-AK) is issuing this sources sought synopsis as a means of conducting market research (FAR Part 10) to identify parties having an interest in and the resources to support the requirement for Airboat repair for the DES on Fort Wainwright, Alaska (FWA). The intent is to procure these services on a competitive basis with small businesses. Potential Offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Federal Government. The registration process is free, but does take time and effort on behalf of a firm to complete. Interested parties are encouraged to start the registration process early so the firm can be considered for award. Based on the responses to this sources sought notice/market research, this requirement will be a Small Business set-aside. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The work to be performed under this contract will be performed at the contractor�s facilities. The contractor shall perform all functions of this contract off installation except delivery and demonstration PERIOD OF PERFORMANCE The estimated period of performance is 60 days after award of contact. CONTRACT TYPE The contract type is anticipated to be a Firm-Fixed-Price, Requirements contract. Disclaimer ""this sources sought is for informational purposes only. This is not a ""request for proposal (RFP)"" to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future request for quote (RFQ) or invitation for bid (IFB) or RFP, if any issued. If a solicitation is released, it will be released on the government-wide point of entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement."" PROGRAM BACKGROUND The 413th Contracting Support Brigade, Regional Contracting Office-Alaska (RCO-AK) is seeking responsible sources to provide all labor, fittings, equipment, components, mounts, devices, accessories, transportation, and storage as required to perform all work in accordance with these specifications, commercial practices and industry standards. The scope of the work includes the procurement of parts, repair, and modification to a Department of Emergency Services (DES) airboat and airboat components. Services shall be performed in accordance with local, state, and federal law, policy and procedures. This contract will be awarded as a Firm Fixed Price type contract. The North American Industry Classification System (NAICS) code contemplated for this service is 336999, watercraft manufacturing. The SB size standard for this code is 1,000 employees, however respondents may identify other potential NAICS codes and the reasoning to support the recommendation. This notice is not designed to discourage competition from any business interested in this requirement. Since the current capabilities must be confirmed, all eligible businesses are encouraged to respond. The Government is not obligated and will not pay for any information received from potential sources as a result of this Sources Sought notice. Respondents WILL NOT be notified of the results of this sources sought survey. If and when a solicitation is issued it will be posted on https://beta.sam.gov under Contract Opportunities.� It is the respondent's responsibility to monitor this site for the release of any synopsis or solicitation.� The vendor will be required to be registered in the System for Award Management (SAM) database and Wide Area Work Flow (WAWF). REQUIRED CAPABILITIES 1.� Basic Services. Contractor will procure and install a new airboat motor, build or procure and install a new crew cabin configuration in the DES Police Departments airboat.� The motor and subsequent equipment listed below are required to operate the boat and will be purchased and replaced by installation, by the contractor to ensure the safe and secure operation of the watercraft.� The operations include standard boating capabilities found in industry standards https://www.uscgboating.org/regulations/builders-handbook-downloads.php� of like item used for the purpose of law enforcements mission of conducting patrol, search and rescue, recovery operations, accident investigation and wildlife game management in areas only accessible by airboat.� The motor will be capable of meeting current motor specifications of a LS3 6.0 Levitator or equal. �The motor cooling components will match the replacement motor to ensure performance metrics are met.� Headers will be added to the motor to improve performance and assist in reducing potential damage during high tempo operations. ���� a. Components List: � a)�� Procure and install new throttle cable, that will be replaced to ensure proper linkages and length are met.� b)�� Procure or Build new seat stand and crew cab on airboat that includes the purchase and installation of (2) two high back adjustable seats for front and a (3) three-man bench seat for back.� Seat material will be used as outlined in industry standards. Material will be sufficient enough to prevent basic wear and tear of crewmembers using the equipment. c)�� Procure and install a new full set of new gauges with hour meter, rocker switches for lights, bilge pump, windshield wipers, defroster fans, (3) three LED police light bars and a rotational mounted search light.� All items will have some type of light indicator that it is in the on position that does not cause operator (driver) impairment while operating at night. d)�� Procure and install a new high output heater capable of keeping occupants warm throughout the winter months of Alaskan temperatures.� For calculation purposes, the occupants will be wearing standard cold weather gear used during winter months down too light jackets for rain that is found in local businesses to include gloves. e)�� Procure and install a new steering cable capable of operating the airboat in accordance with the industry and equipment on the airboat. � f)��� Procure or build new motor mounts to secure motor to that enables the crewmembers to perform basic maintenance (checking fluids, belts, blades and other like items). g)�� Demonstrate that the boat is fully functional and is capable of meeting the scope of work by providing or demonstrating to the Police department that the airboat meets operational needs (test drive). Demonstration requirements: ����� a)�� All components have been provided and visually verified by conducting a complete walk around and on/in the airboat.� A checklist will be provided that is signed by both parties. ����� b)�� All electrical and communications on the airboat will be tested and validated by department. � ����� c)�� A demonstration of airboat capability will be conducted by the contractor taking police department crewmembers for a test drive. ����� d)�� After complete acceptance the contractor will provide a delivery document (statement) that will be signed by the authorized government contract (COR) representative. �This statement is all cut sheets, warranty documents, and a list of any component that has or comes with a warranty and the warranty time frame that begins upon acceptance and completion of the contract. The Government requests that if your organization has the potential capacity to perform these contract services, please provide the following information: 1.� Interested parties responding to this sources sought request shall submit the following: information at a minimum: ���� a. Organization name and mailing address ���� b. Organizational point of contact to include, telephone number and e-mail address ���� c. CAGE code and DUNS Number, ���� d. Business size ���� e. Web site address ���� f. Title your request with the wording DES Airboat Repair. 2.� Tailored Capability Statements (five (5) pages maximum in length with font size no smaller than 12 point) addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; Implement a successful project management plan that will include: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; while providing required services under the performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 336999, Watercraft Manufacturing with a Small Business Size Standard of 1,000 employees. The Product Service Code is 1910, Transport Vessels. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS Interested parties are invited to submit a Capabilities Statement in response to this sources sought by 2:00 pm (AKST) on 3 September 2020. Please submit all documentation by email in PDF format and state in the subject line �Sources Sought Response for Fort Wainwright DES Airboat repair� to Cory Cornell (Contract Specialist) at cory.l.cornell.civ@mail.mil , and John Quarles (Contract Officer) at john.r.quarles.civ@mail.mil. Responses received after this date and time will not be reviewed. Files must be kept to a maximum size of 5MB. It is your responsibility to ensure we received your response. The Government will not award a purchase order or contract based upon vendor responses to this announcement.� The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as quote mark proprietary information quote mark . This sources sought/request for information does not constitute an invitation for bids or request for proposal, and should not be construed as a commitment by the government to issue an order/contract or otherwise pay for the information solicited. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. All questions must be submitted to the persons identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Contracting Office Address: PO Box 35510 1064 Apple Street Fort Wainwright, Alaska United States
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1b13cc57a38e4401b9946647fe2b0563/view)
- Place of Performance
- Address: Fort Wainwright, AK 99703, USA
- Zip Code: 99703
- Country: USA
- Zip Code: 99703
- Record
- SN05775107-F 20200828/200826230202 (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 |