The RFP Database
New business relationships start here

OVERHEAD LUBRICATING SYSTEM


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

This is not a solicitation announcement. This is a sources sought synopsis only Solicitation Notice Type: Sources Sought
(Request For Information - Market Research Only)


This is a SOURCES SOUGHT NOTICE; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items (SERVICES) suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.


The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Hubzone, 8(a), small, small disadvantage, service disabled veteran owned small business, etc.) relative to NAICS 333914, Measuring and Dispensing and Other Pumping Equipment Manufacturing (size standard of $7.5M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FedBizOpps website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.


The Florida National Guard, USPFO, is seeking potential sources and feedback capable of performing all functions within the "Draft" Statement of Work for Overhead Oil & Lube Installation Services.


Contractors with the expertise to successfully perform the requirements outlined in the "Draft" Statement of Work attached are encouraged to submit a capability statement.


The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract.


INSTRUCTIONS:


1. The information below provides a "Contractor Capability Survey" to allow you to document your company's capabilities in meeting these requirements.


2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)


3. This sources sought inquiry is for all potential vendors only.


Questions relative to this market survey should be addressed via email to Rutha T. Lawrence, at Rutha.T.Lawrence.civ@mail.mil


Part I. Sources Sought:
Please provide the following business information for your firm in the following format:


Vendor Name/ Cage Code/ Point of Contact: Socio-Economic Status/ GSA Contract # Capability
[ABC, Inc]
Cage:[1FAK4]
DUNS: [123456789]
Name:[John Smith]
Phone: [(555)123-4567]
Email: [john.smith@abcinc.com]
URL: www.abcinc.com
1. [Small Business]
2. [8(a) Certified]
3. [SDVOSB]
4. [WOSB]
5. [GSA Contract # GS-XX-XXXXX] [Provides all required services with consistent superior past performance ratings.]


Please also indicate:


1. If your company has experience providing the services anticipated in the attached SOWs.


2. Whether your company has a contract under a Federal Supply Schedule that would address all required services. If so, please provide the relevant GSA contract number.


Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort. The acquisition strategy for this requirement has not been decided; however, the Florida Army National Guard is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability.


Part II. Description Sample Only/See Sample SOW
Seeking market capability to provide/meet the following minimum requirement:
The Focus is to provide overhead reel systems in the shops to provide coverage throughout the bays. Each overhead retractable reels will hang from the ceiling pre-designated in the shop and each station will consist of 1 air, 1 electrical, 3 oil and 1 grease reels. All Pumps, fittings and filters used in this installation will be manufactured from Graco (or like item) and all parts and labor will be provided and installed by the vendor.


Overhead reels systems will consist of but not limited to:


-Oil reels will be retractable with 3/8 black hoses and a manual gauge dispenser at the end. Installed will be a Graco SD Series M5 Metered Valve Rigid extension (or like item) and SDV 15 gear Graco valve (or like item) mounted on a Graco Fire-ball 425 3:1 pump package (or like item). Oil to be use in these lines will be Dextron 6, 15w/40, 80/90 gear oil, and GAA Grease. (3 overhead systems, each containing 3 Oil reals, and one grease real) Along with an electrical and air reel in each system. For a total of 6 reals per system.
-Electrical reels will be a retractable Balcrank 2510-012 Cord reel (or like item) with a length of 50 feet and a minimum of 13 amp rating.
-Air reels will be a retractable with a Graco 3/8" x 50' Air hose (or like item), black in color and will be using the existing shop compressor.


Piping will consist of:
The approximate distances from the supply point to the lube trees is
2 Ft. Through the wall
20 Ft. Up the wall (height of ceiling)
20 Ft. Along the ceiling to first system drop
60 Ft. Along the ceiling to second system drop
100 Ft. Along the ceiling to third system drop


NOTE: equivalency shall be determined based on the salient specifications contained in this RFI.



Part III. Request for Information


If possible, please provide answers to the following questions.


1. Are there specific requirements in the documentation that has the effect of limiting competition among potential vendors?


2. Is there anything in the SOW that has the effect of creating duplicative of unnecessary costs to the Government? Do you have any additional comments on the SOW?


3. Based on your experience, are the requested services commercial in nature as defined by FAR 2.101? If so, why, and are there established catalog or market prices for these services?


4. Should the RFQ be set out as one procurement or several? i.e. one for each location?


5. Is there a better industry standard in order to install the requested items?


6. The Government is looking for turn-key end product; are any necessary items missing in the SOW that you would include?


7. Is there a required lead time that the Government may need to take into consideration for this procurement?
8. Is your company an authorized dealer or authorized installers facility for any of the above listed Equipment Manufacturers?
9. Describe your company's accessibility in obtaining Original Equipment Manufacturer (OEM) parts if not an authorized dealer or authorized service facility for the above listed Equipment.
10. Does your company have the resources and capability to respond to emergency site visits for analyzing problems/issues on the equipment within 36 hours at the various facilities or only one?
11. Does your company have the resources and capability to provide repairs on-site?
12. Describe your company's knowledge and/or certifications on the preceding GRACO equipment?
NOTE:
Due to the differing conditions a site visit will be "AVAILABLE" and "HIGHLY ENCOURAGED" for each location.
Site Locations: 1. Miami 2. Jacksonville 3.Tavares 4. Plant City 5. Lake City
6. Tallahassee 7.Pensacola 8. Sarasota 9. West Palm Beach 10.Crystal River


CAPABILITIES PACKAGE:


All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion.


The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business.


Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Sources Sought - FLARNG Overhead Lube Services." Attachments with files ending in.zip or .exe are not allowable and files will be stripped and deleted from any emails received by the Government. Ensure only .pdf, .doc(x), or .xls(x) documents are attached to your email.


Additional company capability information is welcome, however responses are limited to 5 pages. Responses must be submitted electronically in a Microsoft Word or PDF compatible format to be received no later than 05:00 PM, EST, Wednesday, 14 March 2018. Direct all questions concerning this acquisition to Rutha T. Lawrence at the above email address. Do not contact for information regarding acquisition strategy or regarding the potential solicitation posting date.


A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A response to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.


Rutha T Lawrence, Contract Specialist, Phone 9048230566, Email rutha.t.lawrence.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP