SOURCES SOUGHT
99 -- Waterjet
- Notice Date
- 4/3/2024 11:17:29 AM
- Notice Type
- Sources Sought
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- 24-25-1000
- Response Due
- 5/6/2024 12:00:00 PM
- Archive Date
- 05/21/2024
- Point of Contact
- Patrick Hansen, Phone: 8044898759
- E-Mail Address
-
patrick.hansen@dla.mil
(patrick.hansen@dla.mil)
- Description
- DLA-Aviation is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for an Omax 2652/40V Waterjet for delivery at Pearl Harbor Naval Shipyard.� Potential sources must provide turn-key machine with technical data, tooling and accessories, delivery, unloading and rigging, installation, foundation, testing and on-site operator, maintenance, electrical, and mechanical training. The result of this market research will contribute to determining the method of procurement. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. THIS SOURCES SOUGHT IS FOR INFORMATION PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL. 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.� A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submission Instructions: Interested parties should submit a response to this Sources Sought Notice by May 6, 2024 no later than 03:00 pm EST. All responses under this Sources Sought Notice must be emailed to AVN IPE Market Research at AVNIPEMarketResearch@dla.mil. Email subject line must include ATTN: Christopher Farrington, IPE Tracking Number 24-25-1000, Waterjet. Responses should be not exceed ten (10) one-sided 8.5 x 10 inch pages with a font that is no smaller than 10 point as this is not a request for a proposal but only a request for submission of a vendor's capability to perform this requirement. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DLA Aviation intends to issue a request for proposal for a Waterjet including tooling and accessories, delivery, unloading and rigging, installation, foundation, testing and on site operator, maintenance, electrical, and mechanical training. Interested parties may identify their interest and capability to respond to this requirement no later than the stated closing date/time. Place of performance is Pearl Harbor Naval Shipyard. DLA Aviation is requesting industry input into the feasibility of the government�s requirements. In your response, please provide: Description of your company�s capabilities, based on the questions below Comments on the attached statement of work. Please identify on the attached statement of work if your company is capable of providing the requirement as written or propose an alternative solution. Please identify your company�s business size in terms of number of employees, and whether domestic or foreign for consideration of solicitation set-aside, and small business subcontracting requirements. Please identify your company�s manufacturer status: Manufacturer/Non-Manufacturing Source. If non-manufacturing source, please identify the manufacturer. Please identify whether your company will partner with subcontractors to complete this requirement. Please provide a basis of estimate to consider the total financial budget of this requirement. Estimates should capture the total procurement requirements, not solely the machine�s requirements.� Physical Characteristics: The attached purchase description outlines the physical characteristics of the machine to include: The machine must fit within the allowable floor plans: �Pearl Harbor Naval Shipyard: 16� x 17� x 20� (L x W x H). Also see Attachment B This is the max floor space available between existing equipment. Please identify the machines overall footprint and the ability of the machine fit into the required workspace Refer to paragraphs: 3.6.4 Foundation. Please comment on the draft purchase description of whether the current physical characteristics are achievable, or whether the Government should consider an alternative that is commercially available. Functional Characteristics: Pearl Harbor Naval Shipyard requires a Waterjet with a table size of 69 inches by 30 inches (Omax model 2652/40V) Additional functional characteristics are outlined in the attached purchase description. Refer to paragraphs: 3.3.1 Waterjet features. Please comment on the draft purchase description of whether the current functional characteristics are achievable, or whether the Government should consider an alternative that is commercially available. Additional scope requirements: Please review the additional scope requirements as follows: Paragraph 3.3.3 Electrical System Paragraph 3.6 Installation Paragraph 3.6.4 Foundation Paragraph 3.5 Technical Data Paragraph 3.8 Training Acceptance testing is conducted at government�s facility with the cited test procedures, as referenced in paragraph 4.0 Quality Assurance Inspection, 4.6.1 Operational Tests, 4.6.2 Alignment Test, 4.6.3 Positioning Accuracy and Repeatability Tests, and 4.6.4 Cutting Test. Please comment on feasibility of tests along with your company�s ability to execute the test. Please provided feedback on the applicability and feasibility of the government directed test. Please comment on the draft purchase description of whether the current characteristics are achievable, or whether the Government should consider an alternative that is commercially available.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cd850739b16c44a7bc69383bfb2f59f5/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07019303-F 20240405/240403230054 (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 |