23-20-1101 – Sources Sought – Automated Shot Peen Machines

Apr 25, 2024 | Sources Sought

DLA-Aviation is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the Automated Shot Peen Machines. Potential sources must provide turn-key machine with technical data, tooling and accessories, delivery, unloading and rigging, installation, testing and on-site operator, maintenance, electrical, and mechanical training. The result of this market research will contribute to determining the method of procurement.

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. THIS SOURCES SOUGHT IS FOR INFORMATION PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL. 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.  

Submission Instructions: Interested parties should submit a response to this Sources Sought Notice by Monday, May 27, 2024 at 3:00 PM.

All responses under this Sources Sought Notice must be emailed to AVN IPE Market Research at [email protected].

Email subject line must include ATTN: (Marc Wilts, IPE Tracking Number 23-20-1101, Automatic Shot Peening Machine).

Responses should not exceed ten (10) one-sided 8.5 x 10 inch pages with a font that is no smaller than 10 point as this is not a request for a proposal but only a request for submission of a vendor’s capability to perform this requirement. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

DLA Aviation intends to issue a request for proposal for two Automated Shot Peen booths, their technical data, removal of existing equipment, delivery and turn-key installation of new equipment, testing and on-site operator, maintenance, electrical, and mechanical training. Interested parties may identify their interest and capability to respond to this requirement no later than the stated closing date/time.

Place of performance is Fleet Readiness Center, Jacksonville

DLA Aviation is requesting industry input into the feasibility of the government’s requirements. In your response, please provide:

  • Description of your company’s capabilities, based on the questions below
  • Comments on the attached statement of work. Please identify on the attached statement of work if your company is capable of providing the requirement as written or propose an alternative solution.
  • Please identify your company’s business size in terms of number of employees, and whether domestic or foreign for consideration of solicitation set-aside, and small business subcontracting requirements.
  • Please identify your company’s manufacturer status: Manufacturer/Non-Manufacturing Source. If non-manufacturing source, please identify the manufacturer.
  • Please identify whether your company will partner with subcontractors to complete this requirement.
  • Please provide a basis of estimate to consider the total financial budget of this requirement. Estimates should capture the total procurement requirements, not solely the machine’s requirements. 

Physical Characteristics:

  • The attached purchase description outlines the physical characteristics of the machine to include:
    • Machines must fit within the allowable floor plan of L – 54 ft X W – 28 ft
    • Refer to the entirety of Section 3.0. Please comment on the draft purchase description of whether the current physical characteristics are achievable, or whether the Government should consider an alternative that is commercially available.
  • System safety, design, and engineering requirements are to be supported by industry standards.   Since this is a government industrial facility, the current standards used are documented within the specification.   The government may allow for a substitute standard after comparison with the command’s safety office.   Not all substitutes will be permitted or granted.  Detailed below are the currently used standards for the FRCSE facility.  Please identify if you can comply with the standards referenced or what alternate would be proposed for use in lieu of.   Current Standards required for this project are located in Section 2.1.

Functional Characteristics:

  • FRCSE requires Machine One comply with all requirements listed in 3.3. FRCSE requires Machine Two comply with all requirements listed in 3.5.  

Performance Characteristics:

  • Additional performance characteristics are outlined in the attached purchase description. Refer to paragraphs: 3.4 Size and Capacity for Machine One and 3.6 Size and Capacity for Machine Two.  Please comment on the draft purchase description of whether the current performance characteristics are achievable, or whether the Government should consider an alternative that is commercially available.

Additional scope requirements:

  • Please review the additional scope requirements as follows:
    • Alignment and Tolerances, Section 3.7
    • Standard Tooling, Equipment, and Accessories, 3.8 and 3.8.1
    • Markings on Instruments, Control Panels, and Plates, Section 3.9
    • Technical Data 3.10
    • Removal and Relocation of Existing Equipment, 3.11
    • Installation 3.12
    • Training 3.13
  • Acceptance testing is conducted at governments facility with the cited test procedures, as referenced in paragraph 4.7, Tests for each machine. Please comment on feasibility of tests along with your company’s ability to execute the test.  Please provided feedback on the applicability and feasibility of the government directed test. 
  • Please comment on the draft purchase description of whether the current performance characteristics are achievable, or whether the Government should consider an alternative that is commercially available.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.