Maryland Bids > Bid Detail

Portable Power and Air Producing Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159233173306590
Posted Date: May 3, 2023
Due Date: May 5, 2023
Solicitation No: FA2860042623
Source: https://sam.gov/opp/5a7274b2b9...
Follow
Portable Power and Air Producing Equipment
Active
Contract Opportunity
Notice ID
FA2860042623
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFDW
Office
FA2860 316 CONS PK
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 03, 2023 08:49 am EDT
  • Original Published Date: Apr 27, 2023 01:44 pm EDT
  • Updated Response Date: May 05, 2023 04:30 pm EDT
  • Original Response Date: May 09, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6115 - GENERATORS AND GENERATOR SETS, ELECTRICAL
  • NAICS Code:
    • 335312 - Motor and Generator Manufacturing
  • Place of Performance:
    Andrews AFB , MD 20762
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR 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.





Andrews 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 is 335312. The size standard is 1,250 employees.





The purpose of this procurement is to acquire Portable Power and Air Producing Equipment.



To meet customer needs, the equipment shall provide:



Electric Power: 120/240 VAC / minimum 4,000 watt

Air Compression: Minimum 3 CFM @ 90 PSI

20-amp weather-resistant external 120V AC duplex outlet

30-amp 240V split phase power outlet

12V DC accessory port

Universal air coupler

12/24V DC Jump Start Capability with NATO Receptacle

Minimum #1 AWG 12’ jumper cables

5-Gallon Portable Air Tank

50’ Hose Reel w/Air Regulator





Reponses to this Sources Sought request should reference "Portable Power and Air Producing Equipment" and shall include the following information in this format:



1. Company name, address, point of contact name, phone number, fax number and email address.

2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.

3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.

4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.

5. The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.

If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.





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.





All responses to this notice are to be submitted by 04:30 PM Eastern Standard Time, on 09 May 2023. Responses will be accepted via electronic means only to marchie.winebrenner@us.af.mil.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 240 612 5676 1349 LUTMAN DR
  • JB ANDREWS , MD 20762-7001
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >