Oklahoma Bids > Bid Detail

CO2 Wheeled Fire Suppression Bottles Service

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159657453213508
Posted Date: Apr 8, 2024
Due Date: Apr 22, 2024
Solicitation No: AC24-0001
Source: https://sam.gov/opp/e713fefbd5...
Follow
CO2 Wheeled Fire Suppression Bottles Service
Active
Contract Opportunity
Notice ID
AC24-0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8125 AFSC PZIMA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 08, 2024 01:20 pm CDT
  • Original Response Date: Apr 22, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Tinker AFB , OK 73145
    USA
Description

CO2 Wheeled Fire Suppression Bottles Service



CAUTION:





This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the CO2 Wheeled Fire Suppression Bottles Service for use by United States Air Force (USAF) personnel. The level of security clearance and amount of foreign participation in this requirement has not been determined. 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. Below is a document containing a description of the CO2 Wheeled Fire Suppression Bottles Service requirement and a Contractor Capability Survey, which allows you to provide your company’s capability.




  • PWS

  • Appendix of Bottles




  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. 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.)




  • 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 Roger Farris, 405-734-1062, roger.farris.1@us.af.mil.







CO2 Wheeled Fire Suppression Bottles Service





PURPOSE/DESCRIPTION





The Government is conducting market research to identify potential sources that possess the production data/repair data, expertise, capabilities, and experience to meet qualification requirements for the annual preventive maintenance and five-year hydrostatic testing of existing 100lb CO2 Fire bottles at Tinker Air Force Base.











CONTRACTOR CAPABILITY SURVEY





CO2 Wheeled Fire Suppression Bottles Service





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:



· Size of business pursuant to North American Industry Classification System (NAICS) Code: NOTE: For the proper NAICS code, consult with the Buyer/PCO



Based on the above 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)



· Central Contractor Registration (CCR). (Yes / No)



· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).





Written responses, no facsimiles or e-mails please, must be received no later than close of business DD Monthy YYYY(enter due date that PZ supplies). Please email two (2) your response to:





CO2 Wheeled Fire Suppression Bottles Service



Attn: Roger Farris



Email: roger.farris.1@us.af.mil





Questions relative to this market research should be addressed to Roger Farris, 405-734-1062







Part II. Capability Survey Questions






  1. General Capability Questions:






  1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.






  1. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).






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






  1. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement?






  1. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort.






  1. Commerciality Questions:






  1. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? 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.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 405 734 9107 3001 STAFF DR STE 2S76
  • TINKER AFB , OK 73145-3303
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 08, 2024 01:20 pm CDTSources 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 >