The RFP Database
New business relationships start here

Plastic Media Blast Room for Tobyhanna Army Depot


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

The Army Contracting Command - Aberdeen Proving Grounds (ACC-APG), Tobyhanna Division, Tobyhanna, PA 18466, intends to issue a Request for Proposal (RFP) for a firm-fixed price requirement for the turn-key design, supply, delivery, installation, assembly, set-up and training for a plastic media blast room with full-recovery pneumatic floor, media reclaim system, pressure pots and dust collection system. The offeror shall supply all materials, supplies, freight, delivery, tools, equipment, consumables, labor, and supervision in support of this requirement at Tobyhanna Army Depot (TYAD) in Tobyhanna, PA.

See the attached DRAFT Statement of Work (SOW) for requirement details. This is only a DRAFT SOW and is subject to change without any notice. The final Statement of Work will be released with the solicitation when issued.


Proposals will be evaluated on Technical, Past Performance, and Price.
As part of technical submittals, prospective offers will show capability of satisfying this complete requirement by; (1) Supplying a sketch of the system and component arrangement inside and outside of the building where it is to be located, (2) Describing customer maintenance support structure including telephone maintenance and repair service, and (3) Submitting a proposal that clearly reflect how the prospective offeror proposes to comply with the SOW and specification requirements. Proposals including all supporting documentation shall be clear and concise and shall not just be a parroting of the requirement. The prospective offeror shall address all SOW requirements with a narrative on how the prospective offeror intends to fulfill the contract SOW requirements and clearly demonstrate how the proposed equipment meets the minimum specifications.


In addition, recent and relevant past performance for same or similar requirements performed within the past three (3) years demonstrating successful performance on previous contracts will be required with proposal submitted.


A site visit will be scheduled at time of solicitation and it is advised that prospective offerors attend. The site visit is for the purpose of prospective offerors to consider the layout and floor space of the project area and to enable the viewing of the delivery, utility and installation site. The site visit shall be used by the prospective offerors to identify structures or conditions that may impede, obstruct or prevent completion of the work. It shall be the responsibility of the prospective offeror to identify obstructions and impediments to the project and to make appropriate accommodations for correction and modification to mitigate the problem.


This acquisition is being conducted under a 100% Total Small Business Set-Aside under NAICS Code is 332311, Size Standard is 750 employees, and in accordance with FAR Part 12 Acquisition of Commercial Items. The solicitation Request for Proposal (RFP), W25G1V-20-R-0004, will be issued on or about December 12, 2019. Actual issue and due dates shall be established in the solicitation. The RFP will be available for download on the Federal Business Opportunities Page. Prospective offerors wishing to obtain an electronic copy may download the RFP on or after the issue date at the following internet address: https://www.fbo.gov/, or after November 8, 2019 the website will be changing to beta.sam.gov. At Keyword/Solicitation Number, insert W25G1V-20-R-0004 and click Search. Also, this acquisition is subject to the Free Trade Agreements. Any resultant contract shall be a Firm Fixed-Price, one (1) award.


The solicitation will be issued electronically only. No paper or disc copies will be issued. It is incumbent upon interested sources to periodically access the internet site through closing to obtain any amendments which may be issued. All amendments must be acknowledged in the proposal submission. All proposals submitted shall require a technical proposal clearly describing the prospective offeror's capability to provide the requirements of the solicitation and the Statement of Work.


In order to be eligible for award, all prospective offerors must have a current and active registration in the beta.sam.gov website and not show any Active Exclusions or have any Debt Subject to Offset. Prospective offerors must be found to be responsible in accordance with FAR Subpart 9.1 - Responsibility of Prospective Contractors.


FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted at this time. All information contained within this Pre-Solicitation Notification is subject to change. This notice does not obligate the Government to award a contract. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below.


Point of contact is Raymond J. Molitoris, Senior Contract Specialist, raymond.j.molitoris.civ@mail.mil, (570) 615-7579. This Notice does not obligate the Government to award a contract.


 


Raymond J. Molitoris, Contract Specialist, Phone 5706157579, Email raymond.j.molitoris.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP