Airlift Mobility Ramp Kit

Agency: DEPT OF DEFENSE
State: Maryland
Type of Government: Federal
FSC Category:
  • 54 - Prefabricated Structures and Scaffolding
NAICS Category:
  • 332311 - Prefabricated Metal Building and Component Manufacturing
Posted Date: Apr 8, 2024
Due Date: Apr 15, 2024
Solicitation No: FA286024Q4010
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Airlift Mobility Ramp Kit
Active
Contract Opportunity
Notice ID
FA286024Q4010
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE DISTRICT OF WASHINGTON
Office
FA2860 316 CONS PK
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 08, 2024 02:17 pm EDT
  • Original Response Date: Apr 15, 2024 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    JB Andrews , MD 20762
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.



Joint Base Andrews anticipates a requirement that is being considered under a small business set-aside program, but all business types are welcome to provide a response. The North American Industry Classification Systems (NAICS) Code proposed is 332311. The size standard is 750 employees.



The purpose of this procurement is to acquire an Airlift Mobility Ramp Kit for the purpose of loading vehicles into either a C-17 or C-5 aircraft, as defined in the attached Salient Characteristics. Items in this product kit should meet all requirements in AFI 11-289, AFI 24-605, and Air Transportability Test Loading Agency (ATTLA) certification. This requirement is requesting one product kit for purchase, to include all specified parts, and delivered to Joint Base Andrews, MD 20762 for a complete mobility ramp kit.



Reponses to this Sources Sought request should reference "Airlift Mobility Ramp Kit" and shall include the following information in this format:



1. Company name, address, point of contact name, phone number, fax number and email address.

2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.

3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.

4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.





Note: The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.

If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.



NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.



All responses to this notice are to be submitted by 04:30 PM Eastern Standard Time, on 15 April 2024. Responses will be accepted via electronic means only to sara.rulli.1@us.af.mil and heather.roe.1@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 240 612 5676 1349 LUTMAN DR
  • JB ANDREWS , MD 20762-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 08, 2024 02:17 pm EDTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/17/2024

Status Ref# Project Close Date Days Left Action Open 1-24-3-63-5 BWI Marshall Airport

Maryland Environmental Service

Bid Due: 5/03/2024

Follow NAWCAD WOLF ATC&LS Mobile Shelter Active Contract Opportunity Notice ID N6833524RFI0178 Related

DEPT OF DEFENSE

Bid Due: 5/02/2024

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/03/2024