Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2010 FBO #3165
SOURCES SOUGHT

83 -- UTILITY SOFT SHELTER/TENT

Notice Date
7/23/2010
 
Notice Type
Sources Sought
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
SS0162A001TENT
 
Archive Date
8/11/2010
 
Point of Contact
CHRISTOPHER H. HAMPTON, Phone: 9375224646
 
E-Mail Address
Christopher.Hampton@wpafb.af.mil
(Christopher.Hampton@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/PKO Division, Wright-Patterson AFB, Ohio is seeking potential sources to determine if qualified businesses are capable of providing one 650 sq. ft. Tent/Soft Shelter with liner and three thermal fly solar shade tent units compatible with the 650 sq.ft. shelter. The tent is designed for use as a field hospital, tactical operation center, troop housing and decon station, black out facility. Must be a quick erect shelter with an external folding frame with A/C ducts and integrated liner, plenum and floor and repair kit. Three external solar shade tent units are used to reduce the severe radiant heat transfer from the outside environment to the inside of the shelter. Firms responding should specify their products meet the technical specifications listed above, and provide detailed product information to show clear technical compliance. All interested firms shall submit a response demonstrating their capabilities to produce Utility Tent/Shelter in accordance with the above specifications to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 314912. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities and product specifications related to this effort. All capability packages must include: 1. Not to exceed fifteen (15) single-sided pages in length. 2. Include small business classification(s): (Small Business, 8(a), HUBZone, SDB, SDVOSB, WOSB, VOSB, etc.) 3. Address requirements in the above states specifications. 4. List references and sales history including recent commercial companies sold to determine commerciality of the procurement. The Government intends to consider all comments and the responsive capability statements when developing its final acquisition strategy and resulting RFQ(s). The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps. All interested parties should check back frequently for updates. Responses may be submitted electronically to the following e-mail address: Christopher.Hampton@wpafb.af.mil in a Microsoft word compatible format to be received no later than 5:00 p.m. Eastern Daylight Time, 27 July 2010. Direct all questions concerning this acquisition to Christopher Hampton at 937.522.4646.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/SS0162A001TENT/listing.html)
 
Place of Performance
Address: AFRL/RXBN, 2941 HOBSON WAY, WPAFB, Ohio, 45433-7750, United States
Zip Code: 45433-7750
 
Record
SN02215939-W 20100725/100723235136-6d72276c400ce917967d46d4a4fd9baa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.