Inactive
Notice ID:W911S8-19-GELFIRE
The Mission & Installation Contracting Command office at Joint Base Lewis-McChord (JBLM), Washington intends to award a single Purchase Order to provide a gelled fuel ignition system to support wildla...
The Mission & Installation Contracting Command office at Joint Base Lewis-McChord (JBLM), Washington intends to award a single Purchase Order to provide a gelled fuel ignition system to support wildland fire operations by the Directorate of Public Works (DPW) serving JBLM. This Sources Sought notice is being issued to solicit responses from those firms who have performed work under NAICS 339999 specifically, having the capability to supply the type of equipment necessary for wildland fire operations and would likely respond to the resultant solicitation. SUBMISSION REQUIREMENTS: Businesses are invited to respond to this notice by providing the following information: a. Company Name, CAGE Code, DUNS Number, Address, and Point of Contact's name, current phone number (with area code) and complete email address. b. Approximate annual gross revenue. c. Small business status (Small Business, HUBZone Small Business, Service Disabled Veteran-Owned Small Business (SDVOSB), 8(a) Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business) d. NAICS code(s) for which your company performs under Government contracts, if any. The Government's intent for this sources sought is to gather information about potential vendors who can supply a gelled fuel ignition system with the requisite characteristics stated below: The gelled fuel ignition system shall possess the following or similar characteristics: 50-gallon capacity aluminum tank for gelled fuel mixing and storage; aluminum rollover cage with motor/pump frame not to exceed 40" wide by 36" long by 36" tall; 1-inch brass gear pump with 12 volt clutch system powered by gas motor with minimum 4.5 horsepower; 3-way valve system to allow for multiple pump, transfer and mixing options; 12-volt control box; 15-foot power cord with emergency shutoff; heavy duty 10-pound fire extinguisher bracket attached to frame; gelled fuel dispensing apparatus with self-igniting tip; 5/8" by 25-foot fuel supply hose; 5/8" by 12.5-foot extra fuel supply hose; 12-volt rechargeable battery system; and 10-foot fuel transfer hose with draft, fill and air attachments. Example: GelFire Systems GFS 50, or equal. Information provided to the Government, as a result of this notice, is strictly voluntary and provided at no cost to the Government. The Government is under no obligation to consider information received after the stated end date of this notice as part of the formal market research effort for this procurement. The Government reserves the right to determine if a small business set-aside is appropriate, including any socio-economic program (8(a) Small Business, Small Disadvantaged Business, Service Disabled Veteran-Owned Small Business, HUBZone Small Business, Woman-Owned Small Business, or Economically Disadvantaged Woman-Owned Small Business), based on responses received to this notice and other pertinent information gathered by the Contracting Officer. In order for the Government to make a small business set-aside determination, it is emphasized that small business concerns provide sufficient written information to indicate their capacity and capability to supply equipment that can satisfy the Governments requirements. Point of contact is Mr. Scott A. Byrd, Contract Specialist, at scott.a.byrd.civ@mail.mil. Responses shall be submitted to Mr. Byrd only via email. Responders are advised to limit file sizes to 5MB per document. Responses must be received no later than 3:00 PM (PST) on Wednesday, March 13, 2019.