Kansas Bids > Bid Detail

Mobile Gate Barriers (Lease)

Agency:
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159489498507679
Posted Date: Jan 5, 2024
Due Date: Jan 16, 2024
Source: https://sam.gov/opp/aa309a1eda...
Follow
Mobile Gate Barriers (Lease)
Active
Contract Opportunity
Notice ID
PANMCC24P0000002810Lease
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT LEAVENWORTH
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 05, 2024 01:18 pm CST
  • Original Response Date: Jan 16, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
  • NAICS Code:
    • 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing
  • Place of Performance:
    KS 66027
    USA
Description

INTRODUCTION





The Mission and Installation Contracting Command (MICC) at Fort Leavenworth, KS is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest in and the resources to support the requirement to fulfill a recurring lease for two (2) Mobile Gate Barriers at Fort Leavenworth, KS.





BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





DISCLAIMER





“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “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 AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”







REQUIRED CAPABILITIES





The Government is seeking sources that can fulfill a recurring lease for two (2) mobile Gate Barriers with the following characteristics:






  • 20 Clear Opening ft.

  • U. S. Department of Defense (DoD) USACE Protective Design Center (PDC) Anti-Ram Barrier Certified/Listed.

  • crash tested and certified at ASTM M40/P3.

  • DOS Crash Certification at DoS K12/L1

  • Integrated Dual directional sided red/amber LED signal lights.

  • Up/Down limit switches.

  • Electrical Disconnect.

  • Hot-dip galvanized (HDG) anti-corrosive application of the entire major steel and structural assemblies.

  • Dual Buttress w/ Integrated Weather Resistant Hydraulic Operator and Circuit Control Panel.

  • Integrated tool box maintenance items

  • 120/60/1 HPU - 12VDC Battery Unit. Includes HPU Battery Charger, Battery, and Barrier Control Unit.

  • Power/controls outlet on front and rear sides.

  • 25 ft. Tether handheld open/close push button controller. Tethered to be quick -disconnected to Barrier.

  • Red stripes on impact threat side and STOP reflective decal.

  • Manual operation hand pump, for use in the event of power failure.

  • Deployment Jacks

  • Standard Hitch, Fender, Electric Brake Lights & Brakes.

  • Spare Parts Kit





Maintenance, Inspection and Repair. The Government desires these Mobile Gate Barriers with minimal maintenance and inspection requirements at the organizational level.





ELIGIBILITY





The applicable NAICS code for this requirement is 332999 – All Other Miscellaneous Fabricated Metal Product Manufacturing with a Small Business Size Standard of 750 employees. The Product Service Code (PSC) is 5450 – Miscellaneous Prefabricated Structures. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.





ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)





Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12:00 pm, CST, 16 January 2024. All responses under this Sources Sought Notice must be e-mailed in Portable Document Format (PDF) to eric.p.grande.civ@army.mil and larissa.a.brown2.civ@army.mil





This documentation must address at a minimum the following items:





1.) What type of work has your company performed in the past in support of the same or similar requirement?





2.) Can or has your company managed a task of this nature? If so, please provide details.





3.) What specific items does your company offer which meet the above requirements?





4.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, UEI number, etc.





5.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.





The contract type is anticipated to be Firm-Fixed Price.





Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.





All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.





No phone calls will be accepted.





All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • 535 KEARNY AVENUE BLDG 338
  • FORT LEAVENWORTH , KS 66027-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 05, 2024 01:18 pm CSTSources 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 >