Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOURCES SOUGHT

54 -- Portable Guard Tower

Notice Date
6/24/2022 9:57:07 AM
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
FA4897 366 FAS PKP MOUNTAIN HOME AFB ID 83648-5296 USA
 
ZIP Code
83648-5296
 
Solicitation Number
FA4897-22-RFI35
 
Response Due
6/28/2022 4:00:00 PM
 
Point of Contact
John Neal, Phone: 2088283117
 
E-Mail Address
john.neal.12@us.af.mil
(john.neal.12@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA4897-22-RFI35 and shall be used to reference any written responses to this source sought. Mountain Home Air Force Base anticipates a requirement that is being considered under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed 332311.� The size standard for NAICS is 750 employees. ��� The requirement is to provide:�� Portable Guard Towers����� Salient Characteristics:� Please refer to the attachment titled �Guard Tower Specs� Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. If you believe there may be some components which have a function/purpose that is not immediately clear, please describe its purpose/function. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.� The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.� Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying.� Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! � Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining its small business set-aside decision. Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: john.neal.12@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 28 June 2022, 5 PM Mountain Time. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.� SPECIFICATION SHEET Mountain Home AFB, ID Portable Guard Towers 20 June 2022 1.� GENERAL:� The 366th Fighter Wing located on Mountain Home AFB, ID requires two (2) Portable Guard Towers and one (1) adjustable fork pallet trailer, to include shipping. 2.� GUARD TOWER MINIMUM SPECIFICATIONS:� The Guard Towers must (at a minimum) comply with the following characteristics: 2.1.� 8 ft tall x 8ft long x 6.5 ft wide guard tower, built around a self contained lift system that lifts the�tower�out from its chamber with just a push of a button.� 2.2.� Must include jumper cables, remote battery terminals, and ability for 18 Volt drill to be used for back-up lifting of tower. 2.3.� Each tower must include a pre-assembled 12"" (diameter) x 32"" (long) Wind/Rain/Visibility Shield, with mounting hardware (Weight 50 lbs). 2.4.� Each tower must include a swing arm weapon mount kit for a M240/249 that includes a SA12 Swing Arm Assembly,� Cradle Assembly, 16"" AFT Tube, and 17""Post weldment, pintle. 2.5.� Each tower must include Spotlight 215K-with Hardwired & wireless controller that includes a full lamp head rotation: 370� horizontal rotation; 250� vertical. 3.� TRAILER MINIMUM SPECIFICATIONS:� The trailer to move the towers must (at a minimum) comply with the following characteristics: 3.1.� Military grade pallet trailer that combines the lifting power and material handling flexibility of a fork lift. 3.2.� Built with 9500 lbs lifting capacity that allows any vehicle with a pintle or 2-1/16� ball hitch to haul and unload heavy loads simply, quickly and safely and travel at posted highway speeds. 3.3.� Surge brakes. 3.4.� 7 pin vehicle connector. 3.5.� Required lights (brake and turn). 3.6.� 2-5/16"" ball hitch. 3.7.� 12V DC. 3.8.� Max Load Capacity 9,500 Lbs 4.� SPECIFICS:���������� 4.1.� Shipping must be included in the quotation. 3.1.1.� Contractor shall deliver to 366 Security Forces Squadropn, 270, 7th Ave., Mountain Home AFB ID, 83648 3.1.2.� Delivery will be no later than 30 days after date of contract (ADC).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c5bcd3a34e641be9db524474cb5437d/view)
 
Place of Performance
Address: Mountain Home AFB, ID 83648, USA
Zip Code: 83648
Country: USA
 
Record
SN06369227-F 20220626/220624230103 (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.