SOURCES SOUGHT
25 -- Armored Vehicles at Cannon AFB, NM
- Notice Date
- 11/6/2020 7:38:23 AM
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- FA4855 27 SOCONS LGC CANNON AFB NM 88103-5321 USA
- ZIP Code
- 88103-5321
- Solicitation Number
- FA485521R0004
- Response Due
- 11/16/2020 1:00:00 PM
- Archive Date
- 12/01/2020
- Point of Contact
- Kasheka Codner, Phone: 5757846689, Fax: 5757841147, Robyn L Knight, Phone: 5757846510
- E-Mail Address
-
kasheka.codner@us.af.mil, robyn.knight.1@us.af.mil
(kasheka.codner@us.af.mil, robyn.knight.1@us.af.mil)
- Description
- �1.� SOURCES SOUGHT� This is NOT a solicitation for proposals, bids, or quotations.� All responses may be used for market analysis in determining the availability of potential qualified businesses for the purposes of determining an appropriate acquisition strategy.� The Government assumes no financial responsibility for any costs incurred and the respondents will not be notified of the results of the evaluation.� If a solicitation is released it will be synopsized on www.beta.sam.gov.� It is the potential Offeror�s responsibility to monitor this site for the release of any synopsis or solicitation. 2.� The 27th Special Operations Contracting Squadron (27 SOCONS) at Cannon Air Force Base (CAFB), New Mexico is seeking information concerning the availability of capable contractors to meet the requirement described in this Sources Sought. 3.� Description of Project: The Government intends to procure one (1) 120M Joint Services Armored Motor Grader and one (1) D7R II Joint Services Dozer.� The Range Management Office (RMO) provides direct oversight of Melrose Air Force Range (MAFR), a 70,000-acre training complex.� Through its history, MAFR has supported live explosive munitions.� Many of those munitions were duds and resulted unexploded ordnance (UXO), an undetermined amount of which have not been cleared from subsurface areas of the range.� Currently, target areas are clearly marked and surrounded by firebreaks.� Maintenance of these firebreaks is essential since, due to location, MAFR experiences a fire season 12 months out of the year.� Despite robust explosive ordnance disposal (EOD) activity, these firebreaks require personnel to maintain locations that are likely to contain UXOs. �Additionally, due to both normal usage and emerging requirements, it is necessary to locate and retrieve targets inside live impact areas.� These high-risk situations require armored heavy equipment for protection.� 120M Joint Services Armored Motor Grader Specifications: 120 M Standard Arrangement:� Blade GP (Moldboard 12�) , Aid GP-Ether STC (Cold Start)� Battery GP-B (Cold Start+ NATO Slave Starting Receptacle), Frame GP-ENF End (hitch, Towing), Motor GP-ELECSTG (Starting, (50MT)), Language AR (Language, English)� Includes:� lubricant GP (Data Plates & Stencils), Axle AR-Front (C130 Transport), CONT GP-DIFF LCK, Engine AR-PRM (engine Oil Sampling), Transmission AR Certification AR Coolant (-45C) Installation Arrangement-TAN, Includes: Switch AS-Start(keyless Start), MTG GP-Fire EXTG, Mount GP-Rifle Control AR-HYD (Base+1, Mid-Mount Scarifier) Paint AR (Tan), Includes: Scarifier AR (Midmount Scarifier Package), Cleaner GP-AIR-G (Precleaner, Standard), Lamp GP-HEAD(Front Headlights), Lighting GP (Work Lights, Front), Lighting GP(Workk lights, Rear), Lighting GP (Work lights ,Mid) Wiring GP-RDTR (Rear B.O. Lights) Wiring GP-LTG&01 (Front B.O. Lights), Mirror GP-EXT (Mirror, Outside Mounted), CYL GP-Mounting (Air Transportable, Lift CYL), Frame GP-Front (lift and Tie downs) Tires, 14.0R24 BS VUT*L2 MP One man Crew Protection Kit-CPK/STAMAG Level II, B-Kit (with Floor), Storage Rack Assembly Cab Removal and CPK install Two complete sets of manuals, paper OMM, CD Parts, CD Service OMM, Service Manuals Freight/Prep/Delivery/UID/Military Marking/Data Plates, Domestic truck, Machine D7R II Joint Services Dozer Specifications: D7R-11 Tractor, 2-person Armored Paint Arrangement, Tan No CAB, Tan Batter Box, Tan, Armor Cab Ready Lights, Tan, Ripper Batt Wiring, Armor Cab Ready Electronics Software Platform Wiring, Armor Cab Ready Installation AR-Ant Receiver GP-Autocarry No Product Link Steering Lines GP-PT Oil Pump Lines Lubricant GP HYD, Ripper, Armor Cab Ready QD Valve, Machine Armor Ready Fuel Tank, Tan Lines GP-Fuel Platform, Tan, Armor Cab Ready Rollover, Tan HYD Tank, Tan Track, Tan, 560MM/22� Non-Arctic AR, Machine Armor Ready Eng Enclosure, Machine Armor Ready Fender GP, Tan, Armor Cab Ready Armor GP-Frame, Tan, Machine Armor Ready, ST3 Multi Shank Ripper, Tan 2 person Crew Protection Kit (CPK-Armored Cab), STANAG Level 3- Installed Machine Armor Protection (MAP)kit, STANAG level 3-Installed Two complete sets of manuals, paper OMM, CD Parts, CD Service OMM, Service Manuals Freight/Prep/Delivery/UID/Military Marking/Data Plates, Domestic Truck �NAICS:� 336992- Military Armored Vehicle, Tank, and Tank Component Manufacturing �Small Business Size Standard:� 1,500 employees Delivery Date: Estimated 365 calendar days after notice of award 4.� The Capability Statement should include general information, past performance and technical background describing your firm�s experience in contracts requiring similar efforts to meet the specifications.� If you have the capability and are interested in this acquisition, submit a detailed capability statement which, at a minimum, identifies: Relevant past performance with evidence of similar work completed in the past five years, to include dollar value. Company Cage Code, DUNS, name, address, point of contact, telephone number and e-mail address. Size status and/or SBA certification Indicate your role as �Prime Contractor� and what functions for which you plan to self-perform as a percentage of the total and those which you intend to use subcontractors. If you indicate your roll will be a �Subcontractor�, please indicate which functional areas you intend to cover. Indicate which NAICS code best fits this requirement. Positive statement of interest to submit a proposal. Any feedback on the draft acquisition requirements. 5.� Any information submitted by respondents to this Sources Sought is voluntary.� Respondents will not be individually notified of the results of any Government assessments.� The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition, a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.), or a sole source. 6.� If your firm is capable of providing the requirements described above, please provide a Capability Statement in an electronic format via email to the Contract Specialist, 2d Lt Kasheka Codner at (575)784-6689, kasheka.codner@us.af.mil AND the Primary Contracting Officer, Robyn Knight at (575)784-6510, robyn.knight.1@us.af.mil AND the Alternate Contracting Officer, MSgt Nicholas Johnson at (575)904-6001, nicholas.johnson.13@us.af.mil no later than 16 November 2020 @ 2:00pm (MST).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fa101bf933274025b98ef08cd0999445/view)
- Place of Performance
- Address: Cannon AFB, NM 88103, USA
- Zip Code: 88103
- Country: USA
- Zip Code: 88103
- Record
- SN05848650-F 20201108/201106230147 (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 |