Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA524019Q0048SourcesSought
THIS IS A MARKET RESEARCH/SOURCES SOUGHT NOTICE SEEKING INFORMATION ONLY. This is a Sources Sought announcement only seeking responses in order to determine participation in this acquisition. The 36th...
THIS IS A MARKET RESEARCH/SOURCES SOUGHT NOTICE SEEKING INFORMATION ONLY. This is a Sources Sought announcement only seeking responses in order to determine participation in this acquisition. The 36th Contracting Office, Andersen Air Force Base Guam intends to procure Miscellaneous Concrete Project Materials. All of the below items and information are subject to change in the issuance of any follow on solicitation or action. 1) Hunt WLAE White Pigmented Cure 55 Gallon EA 12 2) 5/8" DIAMETER POLY BACKER ROD, CLOSED CELL, NON-STICK SKIN, 1550 FEET/CARTON. EA 15 3) Sealant, Dow Corning 890 SL (50Gal) EA 10 4) Anaconda Wet/Dry Diamond Blades for Cutting Green Concrete(14 in. X .125 in. X 1 in.) EA 19 5) Diamond Saw Blades (14 in. X .5 in. X 1 in) EA 19 6) Concrete Form Release Agent 55 gallon EA 2 7) Drum Pump Rotary 8 GPM EA 2 All items are currently planned as "Brand Name or Equal" with the following conditions: 1. Dow Corning 890SL (sealant) equal substitutes shall meet UFC 3-260-02 Airfield Pavement Design. 2. Field poured, cold applied. These are two-component, polymer-based, cold-applied heat and jet fuel-resistant joint sealants. These sealants shall meet Federal Specification SS-S-200E. The Air Force and Navy recommends the use of silicone sealants that conform to NFGS 02522, 02562, and ASTM 5893 in lieu of sealants that meet Federal Specification SS-S-200E. 3. Shipping: shipping must be direct to Andersen AFB, Northwest Field, Guam. The Government is requesting shipping of all items within 30 calendar days of award, if the commercial market can provide all items in this time frame. The currently planned NAICS Code is 327390 Other Concrete Product Manufacturing with a small business size standard of, 500 employees. Your response shall include your company's size, CAGE/DUNS codes and the primary point of contact. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise, certification, authorization and experience to compete for this acquisition. It is imperative that business concerns responding to this notice articulate their capabilities clearly and adequately. Responses to this notice are strictly voluntary; the Government will not pay for any costs incurred by interested parties in response to this notice. The information should be sent to 36 CONS via e-mail to branden.reagan@us.af.mil by 1:00 PM Chamorro Standard Time (Guam), on 12 June 2019. Questions may be directed to branden.reagan@us.af.mil or (671) 366-1087. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.