The RFP Database
New business relationships start here

Aviation Fall Arrest/Protection System & Equipment


Georgia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought for potential Offerors to support the US Air Force Reserve located on Dobbins Air Reserve Base, Georgia. This is NOT a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB) and DOES NOT serve to bind the U.S. Government in any way. Interested parties shall not be reimbursed for any costs associated with preparation of their responses.


94th Contracting Flight, Dobbins ARB is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential firms that have the skills, experience, knowledge, and capabilities required to provide a turn-key Aviation Fall Arrest System & Equipment for C-130 Aircraft.

The purpose of this contract is to provide all personnel, equipment, tools, material, vehicles, supervision, certifications, and other items and services necessary to perform an Engineering Report/Survey and apply the study to obtain the necessary equipment and labor to install the arrest system in four buildings located on Dobbins ARB, GA.


The purpose of the Engineering Report is to analyze the loading on and reinforcement of the existing hangar structure in all four hangars in way of the proposed new Aviation Fall Arrest System. The design of the Aviation Fall Arrest System will vary for each hangar as each are unique and should not significantly disrupt or modify existing hangar features required for normal operations. Any imposed reductions in the strength and capacity of existing roof and supporting structure should be analyzed and reinforced as necessary per all applicable codes and regulations.

The North American Industry Classification System (NAICS) is 333923, Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. Small Business Standard Size 1,250 employees. For a Contractor to be considered under one of the socioeconomic classifications, it MUST perform a minimum of 50% of the work with its own employees (FAR 52.219-14, Limitations on Subcontracting). Responses to this notice will be used by the Government to make the appropriate acquisition decision. Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.sam.gov)


Responses to this Sources Sought shall include:
• Business Name
• CAGE Code & DUNS Number
• Brief Description of Company's relevant history
• Physical/Mailing Address
• Business Size
• Point of contact
• Firm's Capability Statement


Socio-Economic Status: i.e. HubZone, Service Disabled Veteran Owned Small Business (SDVOSB), 8(a), Women Owned Small Business (WOSB), Large etc.


The Capability Statements shall be no more than 5-pages in length. Interested parties can e-mail their capabilities and relevant history to Patrina Sheffield at patrina.sheffield@us.af.mil no later than 2:00 p.m. Eastern Standard Time, Friday, 15 November 2019. Facsimiles will not be accepted.


This Sources Sought serves as Market Research only, not a firm commitment on the part of the U.S. Government nor does it constitute an order. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.


 


 


Patrina Sheffield, Contracting Officer, Phone (678) 655-5778, Fax (678) 655-5612, Email patrina.sheffield@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP