Georgia Bids > Bid Detail

Plating Line Cable Carrier system Replacement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159810985748585
Posted Date: Dec 13, 2022
Due Date: Jan 10, 2023
Solicitation No: 72700
Source: https://sam.gov/opp/6ae7098eb2...
Follow
Plating Line Cable Carrier system Replacement
Active
Contract Opportunity
Notice ID
72700
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8571 MAINT CONTRACTING AFSC PZIM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 13, 2022 11:05 am EST
  • Original Response Date: Jan 10, 2023 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N061 - INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    GA 31098
    USA
Description

CABLE CARRIER REPLACEMENT





CAUTION:





This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to provide all materials, tools, and equipment needed for the removal, disposal and installation services of the plating line cable carrier system replacement. The old plastic Energy Chain (E-Chain) cable carrier system shall be replaced with the new E-Chain and 316 stainless steel trough for a total of up to eight (8) plating lines located in building 20128, for the 402nd Commodities Maintenance Group (CMXG), Robins Air Force Base, Georgia. Each plating line consists of two (2) overhead hoists in which each hoist will require cable carrier and trough replacement. This is a build to print acquisition with service (installation) incidentals. This requirement is estimated to be for a one (1) year basic contract plus three (3) one (1) year exercisable option periods. The estimated quantities will be for a total of up to eight (8) plating lines, two (2) each year until all eight (8) are complete. This requirement is considered unclassified and there is no security clearance required. 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:






  1. The document(s) below contain a description of the Cable Carrier Replacement requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company’s capability. Attached is the Product Description, Line 1 Hoist 1 Drawing, Line 1 Hoist 2 Drawing, Lines 2-4 Hoist 1 Drawing, and Hoist Structure Layout Drawing for this requirement.






  1. 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.






  1. ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort:

    1. No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability. Please ensure that you provide a thorough response to each question. If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the government needs? Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this SSS is highly encouraged, but not required. The evidence should state the type of arrangement and the role each member will fulfill. If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling.

    2. Identify any areas of work that your organization believes should be broken out exclusively for Small Business.








  1. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.






  1. Questions relative to this market survey should be addressed to Nicole Mitchell, 468-0617.









CABLE CARRIER REPLACEMENT





PURPOSE/DESCRIPTION





The Government is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to provide all materials, tools, and equipment needed for the removal, disposal and installation services of the plating line cable carrier system replacement. The old plastic Energy Chain (E-Chain) cable carrier system shall be replaced with the new E-Chain and 316 stainless steel trough for a total of up to eight (8) plating lines located in building 20128, for the 402nd Commodities Maintenance Group (CMXG), Robins Air Force Base, Georgia. Each plating line has two (2) overhead hoists in which each hoist has a cable carrier. This is a build to print acquisition with service (installation) incidentals. This requirement is for a one (1) year basic contract plus three (3) one (1) year exercisable option periods. The estimated quantities will be for a total of up to eight (8) plating lines, two (2) each year until all eight (8) are complete.





This requirement will replace the cable carrier for each hoist along each of the plating lines. The cable carrier is an essential piece of the hoist operation to prevent damage to cables and provide a smooth transition of the hoist up and down the plating line. The plating line cable carrier provides coatings that protect aircraft from corrosion and premature failure. Currently, the cable carrier is made of thin plastic material not specifically designed for the corrosive environment in which it is exposed. The new cable carrier system shall have a more robust, durable, thicker material that can handle the day-to-day exposure to the corrosive environment along with normal usage on each plating line. The requirement will include all new cables, 316 stainless steel track in which the carrier will sit in, cable separators within the carrier, tow arm that hooks to the hoist strain relief clamps and installation. This requirement shall be IAW attached Product Description, Line 1 Hoist 1 Drawing, Line 1 Hoist 2 Drawing, Lines 2-4 Hoist 1 Drawing, and Hoist Structure Layout Drawing for this requirement.





NOTE: Attached is the Product Description, Line 1 Hoist 1 Drawing, Line 1 Hoist 2 Drawing, Lines 2-4 Hoist 1 Drawing, and Hoist Structure Layout Drawing for this requirement.









CONTRACTOR CAPABILITY SURVEY



CABLE CARRIER REPLACEMENT







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: 238210 – Electrical Contractors and Other Wiring Installation Contractors.





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).





Responses to the Capability Survey Part I and Part II must be received no later than close of business 10 January 2023. 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:






  • Michele Connelly, michele.connelly@us.af.mil and

  • Nicole Mitchell, brandi.mitchell@us.af.mil





Questions relative to this market research should be addressed to the PM (Nicole Mitchell, brandi.mitchell@us.af.mil, 468-0617







Part II. Capability Survey Questions






  1. General Capability Questions:






  1. Describe briefly the capabilities of your facility and nature of the goods and services you provide. If working with a separate contractor to provide goods or services, then include the capabilities of their facility/company as well. Include a description of your staff composition and management structure.






  1. Describe your company's past experience on previous projects similar in complexity and the nature of this requirement. Provide an example of a harsh environment in which the product was installed. Include contract numbers, a brief description of the work performed, type of environment (chemical, outdoors, ect.) period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).






  1. Describe your company's capabilities and experience in generating technical data, engineering drawings, and operation and maintenance manuals. Identify what software programs are utilized to generate these data packages and the formats that are available for delivered items (pdf, stp, igs, ect.).






  1. What is your company’s current maximum capacity or lead times for this particular type of requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements.






  1. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.).

    1. Provide a detailed quality plan implementing AS9100 (or equivalent).












  1. Commerciality Questions:






  1. Is there established catalog or market prices for our requirement?






  1. If you offer this product and service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public?






  1. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.






  1. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.








  1. Manufacturing Questions






  1. Describe your capabilities and experience in manufacturing with regard to the requirements of this effort.






  1. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items:




  1. Contract Number

  2. Procuring Agency

  3. Contract Value

  4. Number of assets shipped






  1. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and/or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review.






  1. Engineering Services Questions



(Engineering, advisory & assistance services, contractor logistic support, other services not listed)






  1. Describe your services capabilities and experience with regard to the requirements of this effort. Include who typically comes to the installation site.






  1. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items:




  1. Contract Number

  2. Procuring Agency

  3. Contract Value

  4. Services Provided






  1. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items.






  1. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort.






Attachments/Links
Contact Information
Contracting Office Address
  • CP 478 926 7509 235 PERRY ST BLDG 255
  • ROBINS AFB , GA 31098-1672
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 13, 2022 11:05 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >