이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
Portable Continuous Band Sealer
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2016.08.24
원본

공고명: Portable Continuous Band Sealer
게시일: 2016/08/23
마감일: 2016/08/26
수행지역: 미국(메인)
카테고리: 47 - 위생장비및용품


공고내용


Solicitation Number:
PANNGB-16-P-0000-022628
Notice Type:
Sources Sought
Synopsis:
Added: Aug 22, 2016 1:38 pm
Introduction:
This is a Small Business Sources Sought notice for one (1) Portable Continuous Band Sealer. This is NOT a solicitation for proposals, proposal abstracts, or quotations.
Purpose:
The purpose of this notice is to obtain information regarding:
1) The availability and capability of qualified small business sources;
2) Like products;
3) Whether they are small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and
4) Their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition, 333993, Packaging Machinery Manufacturing, with a Small Business size standard of 500 Employees.

Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

Project Requirements:
One (1) Portable Continuous Band Sealer

Salient characteristics are as follows:
Heat Bars & Cooling Bars with Adjustable Gap/Pressure Control
Teflon-coated, Continuous, Metal Sealing Bands
Adjustable Temperature Controller
1/4" Standard Seal Width x Unlimited Sealing Length
Left to Right or Right to Left Feed Direction
Capabilities shall include Tabletop, Benchtop, and Handheld Use
Continuous Motion
Speed - 180 Inches per minute minimum
Hardware for Mounting to Bench or Tabletop
Operators Manual Included
Suitable for Mil-Spec Polyethylene Sealing Applications

Warranty Requirements:
The Contractor shall provide, at a minimum, a one (1) year warranty on all equipment, supplies and repairs. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period.

Delivery, Installation, and Training:
The anticipated delivery date is thirty (30) days from date of award. Delivery must be FOB Destination.

Anticipated Contract Type:
A firm fixed price contract is anticipated.

Capability Statement:
Contractors that believe they possess the ability to provide the required commercial equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist.

The capability statement should include;
1) The total number of contractor employees,
2) Documentation of ability to provide the required system including Manufacturer Name/Model/Part Number,
3) Any other information considered relevant to this potential requirement,
4) Their Company Name, Address, CAGE code, DUNS number, and Point of Contact Information, and
5) Their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration.

The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this sources sought that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.

All capability statements sent in response to this Sources Sought Notice must be submitted electronically to MSgt Daniel Boone, Contract Specialist (daniel.a.boone3.mil@mail.mil) before the closing date and time of this announcement.

Note:
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates award of a contract on the basis of lowest price technically acceptable evaluation.
Contracting Office Address:
105 Maineiac Avenue
Suite 510
BANGOR, Maine 04401-3055
United States
Place of Performance:
104 Glenn Avenue, Suite 499
Bangor, Maine 04401
United States
Primary Point of Contact.:
Daniel A. Boone, Jr.,
Contract Specialist
daniel.a.boone3.mil@mail.mil
Phone: 207-404-7419
Fax: 207-404-7177
Secondary Point of Contact:
Jason M. Edwards,
Contracting Officer
jason.m.edwards1.mil@mail.mil
Phone: 207-404-7107
Fax: 207-404-7177

 

원본 URL: https://www.fbo.gov/?s=opportunity&mode=form&id=378d98377fad4428a2fa4f8fd6d5e604&tab=core&_cview=0