Federal Bid

Last Updated on 13 Sep 2012 at 8 AM
Sources Sought
Wright patterson air force base Ohio

Lid, Post, Fork channel Aluminum Extrusions

Solicitation ID FA8601-12-T-0228(SS)
Posted Date 22 Aug 2012 at 1 PM
Archive Date 13 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)

The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing QTY(30) Lid Extrusions in 20 FT length sections, QTY(50) Aluminum Post Extrusions in 20 FT length sections, and QTY(40) Fork Well Extrusions in 20 FT length sections. Contractors responding should specify that their extrusions meet the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality.

The required specifications for the extrusions are as follows:

QTY(30) Lid Extrusions:
• Length: 20 Feet
• Material: Aluminum 6063-T6 per ASTM B221M (4.33 Kg/M)
• Specifications: See attached drawing No. 9095085, "Lid Extrusion"
• Notes:
     o Interpret drawing IAW MIL-STD-100
     o Radii (R): 3.0mm, unless stated otherwise
     o Wall Thickness: 3.0mm, unless otherwise noted
     o Extrusion Tolerances IAW ANSI/AA H35.2(M), unless stated otherwise
     o All conversions from Metric to English shall be IAW ANSI/ASTM SI 10
• Shipping: FOB: Destination
• Payment: Net 30 days after receipt and acceptance of items


QTY(50) Post Extrusions:
• Length: 20 Feet
• Material: Aluminum 6063-T6 per ASTM B221M (1.56 Kg/M)
• Specifications: See attached drawing No. 9095086, "Post Extrusion"
• Notes:
     o Interpret drawing IAW MIL-STD-100
     o Radii (R): 3.0mm, unless stated otherwise
     o Wall Thickness: 3.0mm, unless otherwise noted
     o Extrusion Tolerances IAW ANSI/AA H35.2(M), unless stated otherwise
     o All conversions from Metric to English shall be IAW ANSI/ASTM SI 10
• Shipping: FOB: Destination
• Payment: Net 30 days after receipt and acceptance of items

QTY(40) Fork Well Extrusions:
• Length: 20 Feet
• Material: Aluminum 6063-T6 per ASTM B221M (6.55 LBS/FT)
• Specifications: See attached drawing No. 8992269, "Forkwell Extrusion"
• Notes:
     o Interpret drawing IAW MIL-STD-100
     o Radii (R): 3.0mm, unless stated otherwise
     o Wall Thickness: 3.0mm, unless otherwise noted
     o Extrusion Tolerances IAW ANSI/AA H35.2(M), unless stated otherwise
     o All conversions from Metric to English shall be IAW ANSI/ASTM SI 10
• Shipping: FOB: Destination
• Payment: Net 30 days after receipt and acceptance of items

All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.


Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 331314. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort.


Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).


CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: [email protected] in a Microsoft Word compatible format or mailed to AFLCMC/PKOAA POC: Chad Hines, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than Noon Eastern Standard Time, Wednesday 29 August 2012. Direct all questions concerning this acquisition to Chad Hines at [email protected].

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Jul 2009 at 7 PM
Wright patterson air force base Ohio 26 Feb 2015 at 9 PM
Wright patterson air force base Ohio 19 Feb 2015 at 9 PM
Wright patterson air force base Ohio 24 Aug 2012 at 6 PM
Wright patterson air force base Ohio 07 Sep 2017 at 6 PM

Similar Opportunities