Sources Sought for Telescoping Mast Services
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 (Updated)
- Updated Published Date: Jul 10, 2024 11:22 am PDT
- Original Published Date: Jul 10, 2024 11:21 am PDT
- Updated Response Date: Jul 17, 2024 01:30 pm PDT
- Original Response Date: Jul 17, 2024 01:30 pm PDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Aug 01, 2024
- Original Inactive Date: Aug 01, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2PZ - REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES
- NAICS Code:
- 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Place of Performance: McChord AFB , WA 98438USA
Description
SOURCES SOUGHT NOTICE (SSN)
THIS IS A Sources Sought Notice ONLY. The Mission Installation Contracting Command (MICC) Joint Base Lewis-McChord (JBLM), Washington currently intends to award a contract for Telescoping Mast Platforms Services for the 62nd Maintenance Group. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform inspection, maintenance and service on all four (4) Telescoping Mast Service Platforms (TMSP). Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.
This sources sought is for informational purposes only. This is not an “Request for Proposal (RFP)” to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract because of this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the respondent. Not responding to this notice does not preclude participation in any future request for quote (RFQ), invitation for bid (IFB) or Request for Proposal (RFP), if any issued. If a solicitation is released, it will be synopsized on the government-wide point of entry (GPE) SAM.gov
MICC JBLM is seeking responses from interested small business firms with current and relevant qualifications, experience, personnel, and capabilities necessary to perform the work described in this announcement and the attached draft Performance Work Statement (PWS). Work will be performed at JBLM in Washington Stat
The NAICS code is: 333923, Overhead Traveling Crane, Hoist, and Monorail System Manufacturing.
The SBA Size Standard is 1,250 employees
BACKGROUND: This system consists of four Telescoping Mast Service Platforms specifically designed for maintenance (corrosion control/washing down) of the C-17 aircraft. The system was installed in July 2000. The system includes two low bay platforms, one high bay platform, and one nose platform. Each of the platforms is supported by a mast (dual masts on the high bay platform) which is connected to a carrier frame. Electric Hoists raise and lower the platforms electrically
In response to this source sought, please provide:
- A completed Marker Survey Questionnaire.
- Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
- Each responding small business is requested to provide up to three
example projects which best demonstrate its experience performing the type of work
covered by this requirement. Within the narrative description section of the response
form, describe the projects sufficiently to demonstrate the firm’s experience with the
types of work described above.
Respondents will NOT be notified individually of the results of the sources sought.
All responses must be submitted via email to ana-teresa.p.torres.civ@army.mil.
The response date is Wednesday, July 17, 2024 at 1330 PST
Attachments:
Attachment-1_Marker Survey Questionnaire
Attachment-2_ Performance Work Statement (PWS)
Attachments/Links
Contact Information
Contracting Office Address
- DIRECTORATE OF CONTRACTING BLDG 2015 4TH ST BOX 339500 MS 19
- JOINT BASE LEWIS MCCH , WA 98433-9500
- USA
Primary Point of Contact
- Ana Torres
- ana-teresa.p.torres.civ@army.mil
- Phone Number 2539821089
Secondary Point of Contact
History
- Aug 01, 2024 09:00 pm PDTSources Sought (Updated)
- Jul 10, 2024 11:21 am PDTSources Sought (Original)