SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY. This notice does not
constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
The Request for Quotation (RFQ) number is FA671225Q0003 and shall be used to reference any written responses to this source sought.
The 911th Airlift Wing, Pittsburgh ARS, PA is interested in any size business that is capable of meeting this requirement. The North American Industry Classification Systems (NAICS) Code proposed 333922 - Conveyor and Conveying Equipment Manufacturing. The size standard for this NAICS is 500 Employees.
The requirement is to provide: An Ordnance Deforming Machine Salient Characteristics:
- GENERAL: The 911th Airlift Wing, Pittsburgh ARS is located in Coraopolis PA, 15108, requires a small arms brass deformer for demilitarization (DMIL) of expended small arms cartridge casings (ESACCs) of .50 caliber (12.7 millimeter) or smaller.
- MINIMUM SPECIFICATIONS: Stationary Ordnance Deformer, must (at a minimum) comply with the following salient characteristics:
- Physical Characteristics
- Electrical: 220v three phase.
- 10 hp soft start electric motor.
- Process 1,000 – 2,000 lbs per hour of ESACCs.
- Electric conveyor drive.
- Capable of deforming spent cartridges, up to and including 20mm., beyond the point of reuse.
- Warranty
- 2-year manufactured components and workmanship
- Parts and components manufactured which fail due to defective material or poor workmanship will be repaired and/or replaced to remedy the failure.
- INSTALLATION: The Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and other items needed to setup/install the requested ordnance deformer.
- The Contractor shall install the requested ordnance deformer in accordance with (IAW) manufacturer’s specifications.
- The Contractor shall ensure proper operation of the installed ordnance deformer.
- Any equipment not functioning properly IAW manufacture’s specifications shall be diagnosed and repaired by the Contractor.
- The Contractor shall ensure cleanliness of Government facility is maintained at all times.
- The Government will inspect facility for cleanliness prior to Contractor’s departure.
- Any damage done to Government property by the Contractor shall be repaired by the Contractor at the Contractor’s expense.
- TRAINING: The Contractor shall conduct training of entire system to Government personnel.
- Following completion of installation by purchaser, the Contractor shall provide technical support if there are any issues either by telephone or in person.
Include in your capabilities package your UEI, Cage Code, System for Award Management expiration date, any related specifications/drawings, and a delivery estimate.
We are interested in any responses for this requirement, as it helps to gauge the market. Responses that do not adhere to the above salient characteristics are welcome.
Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran- owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.
All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.
Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Responses may be submitted electronically to the following e-mail addresses: ryan.scott.34@us.af.mil, and crystal.spurlin@us.af.mil.
RESPONSES ARE DUE NO LATER THAN Wednesday, July 23 2025 at 2:00 PM EST.
Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through beta.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.